Minton Capehart Garage Renovation, Indianapolis, IN.
ID: 47PF0024R0102Type: Special Notice
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R5 ACQUISITION MANAGEMENT DIVISIONCHICAGO, IL, 60604, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF PARKING FACILITIES (Z2LZ)
Timeline
    Description

    The General Services Administration (GSA) is seeking contractors for the Minton Capehart Garage Renovation project located in Indianapolis, Indiana. This procurement falls under the category of commercial and institutional building construction, specifically focusing on the repair or alteration of parking facilities. The project is significant as it aims to enhance the functionality and safety of the garage, which serves federal operations in the area. However, it is important to note that the solicitation for this project, identified as 47PF0024R0102, has been officially canceled effective February 20, 2025. Contractors are advised to acknowledge receipt of this amendment to avoid rejection of offers, and they can reach out to Neal Deodhar at neal.deodhar@gsa.gov or 312-385-3051 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document details Amendment #01 to the Request for Proposals (RFP) 47PF0024R0102 concerning the Minton Capehart Garage Renovation project. Key changes include the incorporation of provided Questions and Answers, which clarify the RFP provisions, and an extension of the Phase 1 proposal submission deadline to October 29, 2024, at 4 PM Central Time. The amendment addresses various concerns raised by potential contractors, such as eligibility of project experience timelines, submission requirements for project portfolios, and exclusions from the page limits on the Statement of Qualifications (SOQ). Importantly, it permits overlap in project submissions across different evaluation factors while confirming that specific past projects must be identified for evaluation. Overall, this amendment aims to clarify the proposal process, ensuring that contractors have a clearer framework for their submissions while maintaining the original solicitation's conditions intact.
    This document outlines the amendment process for a solicitation related to government contracts, specifically focusing on the protocol for acknowledging amendments by bidders. Offers must confirm receipt of the amendment before the specified deadline to avoid rejection. The amendment extends the proposal due date to November 1, 2024, at 4 PM Central Time. It details the necessary steps for making changes to submitted offers, which can be done via telegram or letter, provided they reference the solicitation and amendment numbers. The document also includes instructions for completing various sections, such as Contract ID Code, modification specifics, and signature requirements. Additionally, it specifies that all previously unaltered terms and conditions remain in effect unless otherwise stated. This amendment is vital for ensuring compliance and clarity in the procurement process, ultimately seeking to facilitate better communication and adherence to government contracting regulations.
    This document serves as an amendment and modification to the solicitation concerning the Minton Capehart Garage Renovation project in Indianapolis, IN, specifically Solicitation 47PF0024R0102. The amendment outlines that the solicitation is officially canceled effective February 20, 2025. It provides instructions for contractors to acknowledge receipt of the amendment via specified methods, including signing the document or sending a separate letter referencing the amendment details. Importantly, failure to acknowledge this amendment may lead to the rejection of offers. The document includes standard sections typically required in such amendments, covering contract identification, modification details, and effective dates. The cancellation of the solicitation indicates a significant change in the procurement process for this project. Overall, the document is formatted according to the Uniform Contract Format (UCF) and highlights the necessity for clear communication and compliance in government contracting processes.
    The document outlines a government solicitation for construction, specifically involving the acquisition and installation of low embodied carbon materials for a project at the Minton-Capehart Federal Building in Indianapolis, Indiana. It provides essential details such as the solicitation number (47PF0024R0102), the project number, and key timelines, including a due date for bid submissions set for October 22, 2024, at 4:00 PM CST, with performance expected to begin shortly after award notification. The contractor must meet specific performance and payment bond requirements and adhere to stipulated guidelines, including providing a percentage of materials that comply with GSA’s Interim IRA Low Embodied Carbon Material Requirements. These requirements include maximum greenhouse gas emissions (GWP) limits for eligible construction materials like concrete, steel, cement, glass, and asphalt. The purpose of this solicitation is to ensure that the project aligns with sustainability goals by utilizing materials with low carbon footprints, thus promoting environmental responsibility within federal construction projects. Compliance will be closely monitored through environmental product declarations (EPDs) to verify adherence to established IRA limits and ensure the project is in line with federal sustainability initiatives.
    The document outlines a Post Award Allocation Form for a project under the federal government’s RFP framework. It includes essential information on the project name, building specifics, estimated start date, period of performance, and contact details for both the owner and contractor. The form specifies the scope of work and highlights any materials and services that are not included in the project. Key assumptions regarding net zero contributions are also noted, emphasizing sustainability as a consideration in project execution. This structure is typical for federal grants and RFPs, ensuring all stakeholders are informed of the project parameters and contractual obligations. Overall, the document facilitates clear communication and accountability between government agencies and contractors, integral to effective project management and compliance within public sector initiatives.
    The United States General Services Administration (GSA) is seeking participation from respondents in a questionnaire aimed at selecting a Design-Build Contractor for a specific project, identified by Solicitation No. 47PF0024R0102. Respondents are instructed to keep their answers confidential and to submit the completed questionnaire via email by October 22, 2024. The GSA expresses gratitude for the assistance in fulfilling its obligations to serve the American public. This request for information is a common procedure in federal contracting, ensuring transparency and encouraging competitive practices in project procurement processes. The details provided are instrumental in evaluating potential contractors effectively, aligning with the federal government's commitment to efficient use of resources and public service.
    The document outlines the Project Submittal/Reporting Form for tracking sustainability impacts of Inflation Reduction Act (IRA)-funded projects, specifically focusing on low embodied carbon (LEC) materials, emerging and sustainable technologies (E&ST), and high performance green building (HPGB) initiatives in GSA-owned buildings. It details procedures for inputting data at the work-item level, including identification through project IDs and milestone tracking. Submittals are to be updated quarterly or as significant project milestones occur, with a clear emphasis on unique identification of work items to prevent duplication. The instructions clarify data entry responsibilities, highlight important fields requiring input, and provide guidance on reporting sustainable outcomes, energy and water conservation measures, and implementation costs. Furthermore, the document features detailed categories necessary for compliance and accurate data calculations. The overarching goal is to ensure rigorous tracking of sustainability efforts, enabling effective monitoring and reporting aligned with federal regulations and strategic objectives linked to climate initiatives.
    The GSA Solicitation No. 47PF0024R0102 seeks qualifications for the Design Build Contract for the renovation of the Minton Capehart Garage, emphasizing high-performance green building practices. Funded partially by the Inflation Reduction Act, the project includes concrete repairs, system upgrades, and the installation of Electric Vehicle Supply Equipment (EVSE). The solicitation follows a two-phase evaluation process, where Phase 1 focuses on qualifications and shortlist creation, while Phase 2 entails technical proposals from shortlisted offerors. Key evaluation factors for Phase 1 include technical qualifications (40%), approach to design-build (20%), lead designer's experience (25%), and past performance (15%). Offerors must provide comprehensive supporting documentation, including a technical proposal and proof of bonding. A pre-proposal conference is scheduled to facilitate communication, with all proposals due by October 22, 2024. The estimated project cost ranges from $20 million to $30 million, demonstrating the government's commitment to sustainable and innovative construction methods while ensuring adherence to historic preservation standards due to the site's eligibility for the National Register of Historic Places.
    The document outlines the draft agreement for the Design Build Contract concerning the renovation of the Minton Capehart Garage, managed by the General Services Administration (GSA). The project entails comprehensive concrete repair, system upgrades, and the installation of Electric Vehicle Supply Equipment (EVSE), all while adhering to sustainability goals in line with historic preservation standards. Key project details include a period of performance that starts with a Notice to Proceed, requiring substantial completion within 787 days and final completion 90 days thereafter. Contractors are responsible for securing all necessary permits and must maintain extensive insurance coverage for various liabilities. Liquidated damages for delays are set at $2,214.93 per day. The contract contains provisions for contractor responsibilities, project schedules, compliance with equal employment opportunity standards, and specific clauses designed to ensure adherence to federal acquisition regulations. Overall, this agreement emphasizes structured project execution with significant focus on environmental stewardship and compliance with legal and safety standards, reflecting the government’s commitment to effective project management and historic preservation.
    The PBS Past Performance Questionnaire, dated July 2014, is a structured form designed for clients to evaluate contractors' performances on government contracts. Contractors must provide detailed information including their name, contract details, project descriptions, and completion dates. Clients assess various performance areas, focusing on quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and overall compliance with contractual terms. Each area is rated using a five-point scale ranging from Exceptional (E) to Unsatisfactory (U), allowing for nuanced feedback. Clients are also encouraged to comment on specific strengths and weaknesses. The completed questionnaires serve as key elements in evaluating contractors' past performances, which influences future contractual decisions, thereby promoting accountability and ensuring that contractors are effectively meeting government expectations during Requests for Proposals (RFPs) and grant solicitations. This systematic assessment supports the federal goal of maintaining high standards in contracting processes and enhancing project outcomes.
    The document pertains to the Minton Capehart Pre-Proposal Virtual Conference organized by Neal Deodhar from the GSA, scheduled for October 1, 2024, from 11 am to 12 pm Central Time. It serves as a gathering for various stakeholders affiliated with federal and local procurement processes, likely related to construction or infrastructure projects. The participant list includes numerous representatives from over a dozen companies, reiterating the collaborative nature of this conference. Key attendees consist of individuals from firms such as F.A. Wilhelm Construction, Trivers, and Structural Engineering, indicating a focus on construction and engineering sectors. The document does not provide detailed information on the RFP or grant specifics but emphasizes engagement and information exchange among potential contractors. The primary goal appears to be fostering connections and preparations for upcoming federal or local project proposals within the context of government contracts. Overall, this conference aims to lay the groundwork for successful partnerships and project submissions in line with government standards and expectations.
    The General Services Administration (GSA) is hosting a virtual Pre-Proposal Conference on October 1, 2024, to discuss RFP No. 47PF0024R0102 for Design Build Services related to the Minton Capehart Garage Renovation in Indianapolis, Indiana. This project adheres to the Historic Preservation Act, given the structure’s eligibility for the National Register of Historic Places, and involves significant concrete repairs and installation of Electric Vehicle Supply Equipment. The procurement process is divided into two phases: Phase 1 focuses on qualifications-based selection, aiming to shortlist up to three qualified firms based on specific criteria including past performance and technical qualifications. Phase 2 involves detailed proposals, with evaluation criteria based on design quality, personnel qualifications, and sustainability measures among other factors. Important dates include the deadline for questions on October 7, 2024, and Phase 1 proposals due by October 22, 2024, with a shortlist announcement in January 2025. The project, classified under the Inflation Reduction Act, emphasizes innovation in renewable energy and carbon reduction. All communications through this process are to be directed to the contracting officer, Neal Deodhar, ensuring a structured and compliant approach to federal contracting.
    The GSA Solicitation No. 47PF0024R0102 outlines the requirements for offeror representations and certifications related to federal procurement, specifically in construction (NAICS code 236220). The document details the small business size standards and certification provisions mandated by the Federal Acquisition Regulation (FAR). It emphasizes the need for active registration in the System for Award Management (SAM) for compliance. Key provisions include certifications regarding independent price determination, disclosure of payments influencing federal transactions, and prohibitions on contracting with specific entities. The solicitation emphasizes transparency and integrity, requiring contractors to disclose relevant financial and operational information. It also mandates representation regarding telecommunications equipment under FASCSA and issues related to arms control compliance. The document serves as a comprehensive guideline for potential contractors to ensure eligibility and compliance in federal contracts, promoting responsible procurement practices while safeguarding government interests. This solicitation reflects the government’s commitment to fair competition, ethical standards, and the inclusion of small businesses in federal contracting opportunities.
    Similar Opportunities
    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.
    General Services Administration seeks a residential construction contractor for renovation of residential building for Armed Forces Retirement Home in Washington, DC.
    Buyer not available
    The General Services Administration (GSA) is seeking a qualified residential construction contractor for the renovation of the Sheridan Building at the Armed Forces Retirement Home in Washington, DC. The project aims to modernize the 387,350 square foot facility into a residential space with 491 units for veterans, adhering to historical preservation regulations and sustainability guidelines. This renovation is critical for enhancing living conditions for veterans while ensuring compliance with federal standards, including the National Historic Preservation Act. Proposals are due by February 21, 2025, with an estimated contract value between $100 million and $150 million. Interested contractors can contact Harvelle Fuller at harvelle.fuller@gsa.gov or Elwora "Liza" Ahmed at elwora.ahmed@gsa.gov for further information.
    GSA seeks office space in Noblesville/Anderson, IN
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Noblesville and Anderson, Indiana, with specific requirements for the space. The GSA requires a lease for an area between 954 to 1,002 square feet, with a full term of 15 years and a firm commitment of 10 years, ensuring 24/7 accessibility and compliance with various safety and sustainability standards. Interested parties must submit Expressions of Interest by February 28, 2025, with a market survey anticipated in April 2025 and occupancy expected by May 2027. For further inquiries, contact William G. Thomas at william.g.thomas@gsa.gov or call 312-241-2192.
    GSA is seeking secure parking spaces in Detroit, MI
    Buyer not available
    The General Services Administration (GSA) is seeking offers to lease secure parking spaces in Detroit, Michigan, specifically within a designated area bounded by Michigan Ave, W. Congress St, Washington Blvd, and Griswold St. The procurement requires a total of 152 structured parking spaces, including 40 secure reserved and 112 unreserved spaces, with a lease term of 10 years and a firm commitment of 3 years. This initiative is crucial for ensuring the availability of secure parking facilities that meet federal safety and accessibility standards, supporting government operations in the region. Interested parties must submit their proposals by March 6, 2025, with an anticipated occupancy start date of April 1, 2025. For further inquiries, potential offerors can contact Donald V. Padrnos at donald.padrnos@gsa.gov or Kimberly Gill at kim.gill@gsa.gov.
    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.
    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.
    RMO23027 Whittaker ATS #1 Replacement ATS #3,5,8 Control Panel Upgrade
    Buyer not available
    The General Services Administration (GSA) is seeking contractors for the RMO23027 project, which involves the replacement of the ATS 1 and the upgrade of control panels for ATS 3, 5, and 8 in Kansas City, Missouri. This procurement is set aside for small businesses and aims to enhance the operational efficiency and reliability of the electrical systems within federal buildings. The work falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is crucial for maintaining the infrastructure of government facilities. Interested parties can reach out to Jason Taylor at jason.taylor@gsa.gov or call 816-349-9662 for further details regarding the solicitation process.
    MD Repair & Alteration IDIQ Solicitation Number Change
    Buyer not available
    Presolicitation GENERAL SERVICES ADMINISTRATION (GSA) Mid-Atlantic Region intends to solicit proposals for a new Indefinite Delivery Indefinite Quantity multiple award term contract for repair and alteration construction services under the Simplified Acquisition Threshold. This contract is to provide repair and alteration construction services for Government owned and leased facilities in the State of Maryland. The individual task orders to be placed under the contract will range in dollar value from $2,000 to $150,000, with a Maximum Order Limitation (MOL) of $7,500,000. The contract will be utilized by the Baltimore Field Office personnel and will have a total potential contract period of five (5) years. The procurement is set aside for the 8(a) program and offerors will be evaluated based on technical merit and price proposals. The selected firms will be competitively chosen using the Best Value trade-off process. The complete solicitation package will be available electronically on the FedBizOpps website. Offerors must be registered in the Contractor's Central Registration (CCR) database and the System for Award Management (SAM) to participate in this procurement.
    GPO 5th Floor SID Smartcard Room Design/Build Construction
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking qualified contractors for the design and construction of the 5th Floor SID Smartcard Room in Washington, D.C. This project involves a comprehensive design-build approach to enhance the facility's infrastructure, aligning with the GPO's objectives to improve operational efficiency and service delivery. The opportunity is significant as it reflects the government's commitment to modernizing its facilities to better serve public needs. Interested vendors should note that the proposal submission deadline is set for March 4, 2025, with a Q&A session anticipated to be posted on SAM.gov on February 11, 2025. For further inquiries, potential bidders can contact Troy D. White at twhite@gpo.gov or Gary Stevens at gstevens@gpo.gov.