Nitrogen Generator and Dry Pipe Replacement
ID: 47PF0025R0021Type: Solicitation
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 OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 8:00 PM UTC
Description

The General Services Administration (GSA) is soliciting proposals for the replacement of the nitrogen generator and dry pipe system at the Joseph P. Kinneary Courthouse in Columbus, Ohio. This project involves comprehensive construction services, including the replacement of existing air compressors and fire suppression dry piping, along with necessary lead paint remediation and asbestos abatement. The contract, designated as Solicitation No. 47PF0025R0021, is set aside for small businesses, with an estimated project cost between $1 million and $5 million, and proposals are due by April 22, 2025. Interested contractors should contact Stephanie Mathless at stephanie.mathless@gsa.gov or 312-835-1852 for further details and are encouraged to participate in pre-proposal site visits scheduled for April 8, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 2:05 PM UTC
The U.S. General Services Administration (GSA) is soliciting proposals for a project involving the replacement of the nitrogen generator and dry pipe system at the Joseph P. Kinneary Courthouse in Columbus, Ohio. This Request for Proposal (RFP), designated as Solicitation No. 47PF0025R0021, is intended solely for small business contractors and outlines the requirements for submitting proposals by April 15, 2025. The estimated project costs between $1 million and $5 million. Key details include the need for a comprehensive technical and price proposal, adherence to strict bonding and financial requirements, and evaluation based on both price and non-price factors including past performance and experience with similar projects. The GSA emphasizes the importance of site visits and encourages participation in pre-proposal conferences to clarify project specifications. Offering contractors must demonstrate compliance with federal regulations, including the Buy American Act, and submission of necessary representations and certifications related to their business status and financial capability. The GSA will award the contract based on the best value to the government, considering the total evaluated price and the offeror's experience and past performance. This solicitation reflects the government's commitment to engaging small businesses while ensuring compliance and efficiency in federal contracting.
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
The document is a Request for Information (RFI) log for Solicitation No. 47PF0025R0021, which pertains to the replacement of nitrogen generators at the Kinneary Courthouse. It compiles various inquiries and responses related to the project, particularly concerning past performance requirements, contractor work hours, project specifications, and safety measures. Key issues addressed include the acceptable use of prior project performance qualifications, confirmation of work hours (primarily after hours for non-disruptive tasks), encapsulation requirements for lead-based paint (LBP) removal, photographic documentation during construction, and the applicability of specific fire alarm system regulations. Further clarifications were sought regarding the phasing of work, responsibilities for environmental safety, availability of site management contacts, and compliance with lead remediation methods. The responses aim to ensure bidders are adequately informed to meet the project’s specifications and regulatory standards, facilitating a comprehensive understanding of the requirements as they prepare their proposals. This document underscores the significant planning involved in government construction projects to promote adherence to safety standards and efficient project execution.
Apr 14, 2025, 2:05 PM UTC
Apr 14, 2025, 2:05 PM UTC
This document serves as Amendment 0002 to Solicitation 47PF0025R0021 regarding the Nitrogen Generator & Dry Pipe System project for the Joseph P. Kinneary Courthouse in Columbus, OH. The amendment details protocols for acknowledging receipt and submission of offers, emphasizing the importance of timely acknowledgment to avoid rejection. It extends the proposal due date by seven days, from April 15, 2025, to April 22, 2025, and mandates the provision of pre-bid sign-in sheets from two site visits. Contractors must follow specific instructions for any changes to offers, which may be communicated via letter or electronic means. The document maintains that all other terms and conditions remain unchanged, preserving the integrity of the solicitation process. This amendment is critical for ensuring clarity and fairness in the bidding process while allowing additional time for potential contractors to prepare their proposals.
Apr 14, 2025, 2:05 PM UTC
This document serves as Amendment 0001 to Solicitation 47PF0025R0021, concerning the Nitrogen Generator & Dry Pipe System Construction Project at the Joseph P. Kinneary Courthouse in Columbus, OH. The amendment provides details on acknowledging receipt of the amendment, including methods for submission and the importance of timely acknowledgment to avoid rejection of offers. A significant addition to this amendment is the provision of a second opportunity for a pre-proposal site visit, scheduled for April 8, 2025, at 1:30 PM EDT, with pre-registration required. Interested parties must meet in the courthouse lobby by 1:15 PM EDT. The document outlines submission instructions for a Variance Application Request (VAR) and specifies the point of contact for inquiries. The overall aim is to ensure proper coordination and participation in the bidding process while clarifying procedural requirements related to the solicitation. This amendment reflects the government's commitment to transparency and stakeholder engagement in federal contracting processes.
Lifecycle
Title
Type
Solicitation
Presolicitation
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.
Elevator Modernization- Grand Rapids, MI
Buyer not available
The General Services Administration (GSA) is soliciting proposals for the Elevator Modernization Project at the Gerald R. Ford Federal Building & U.S. Courthouse in Grand Rapids, Michigan. This project aims to upgrade the existing passenger and service elevator systems to enhance safety, accessibility, and operational efficiency, with a total estimated cost between $3.5 million and $4.5 million. The modernization will involve the demolition of outdated equipment, installation of new gearless machines, and compliance with all applicable safety and fire regulations, ensuring minimal disruption to building operations during the phased construction. Interested small businesses must submit their proposals by May 21, 2025, and can contact Joseph E. Daniero at joe.daniero@gsa.gov or 616-283-0305 for further information.
Multiple Award General Construction Services IDIQ Contract with Design Build Capabilities for PA NJ DE - Amendment 0001
Buyer not available
The General Services Administration (GSA) is seeking proposals for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for General Construction Services with design-build capabilities, covering Pennsylvania, New Jersey, and Delaware. The contract aims to provide a range of construction services, including commercial office renovations, mechanical, electrical, and plumbing (MEP) repairs, and hazardous material abatement, with a maximum ordering limit of $75 million over a five-year period. This procurement is particularly significant as it is set aside for small businesses, including specific contracts reserved for 8(a) participants, women-owned businesses, HUBZone firms, and service-disabled veteran-owned businesses. Interested contractors must submit their proposals by May 23, 2025, and can direct inquiries to Erin Watson or Jennifer Silkensen via email.
Sioux Falls Courthouse Window Replacement
Buyer not available
The General Services Administration (GSA) is seeking proposals from qualified small businesses for the Sioux Falls Courthouse Window Replacement project in South Dakota, which is funded in part 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 initiative is crucial for enhancing the building's energy efficiency and security, aligning with federal commitments to environmentally responsible construction practices. Proposals are due by July 17, 2025, and interested parties should contact Christine Allen at christine.allen1@gsa.gov or Sarah C. Callies at Sarah.Callies@gsa.gov for further information.
US Attorney Fiber Cabling
Buyer not available
The General Services Administration (GSA) is soliciting proposals for the installation of fiber cabling between floors at the U.S. Attorney's Office located in the Matsui Federal Courthouse in Sacramento, California. The project requires contractors to provide all necessary labor, materials, and supervision to ensure compliance with federal, state, and local codes, with a focus on enhancing communication infrastructure within government facilities. Interested bidders are encouraged to attend a site walk on April 1, 2025, and must submit their proposals by April 11, 2025, at 4:00 PM PST, with all inquiries directed to Tanisha Witten at tanisha.witten@gsa.gov or Patrick Dunlavey at patrick.dunlavey@gsa.gov.
Land Port of Entry Facility Expansion and Modernization Trout River, New York
Buyer not available
The General Services Administration (GSA) is preparing to solicit a qualified General Contractor for the expansion and modernization of the Land Port of Entry facility in Trout River, New York. The project aims to enhance the existing infrastructure to meet updated federal requirements, including the construction of new vehicle inspection facilities and the modernization of the current 7,748 square foot Headhouse, alongside a new 7,600 square foot addition and a 2,300 square foot outbuilding. This procurement is significant for ensuring efficient border operations and will be conducted under the North American Industry Classification System Code 236220, with an estimated contract value between $25 million and $35 million. Interested contractors should note that a full solicitation is anticipated around July 3, 2025, with a Notice to Proceed expected by January 21, 2026, and must contact Lisa Zalar at lisa.zalar@gsa.gov for further information.
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
B9101 GPO RENOVATION AND NASA ROOF REPLACEMENT STENNIS SPACE CENTER, MS
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the B9101 GPO Renovation and NASA Roof Replacement project at Stennis Space Center, Mississippi. This design-bid-build construction project aims to expand printing operations, replace approximately 300,000 square feet of roofing, and renovate administration offices to meet the needs of the Government Publishing Office (GPO) and NASA, involving comprehensive structural, electrical, mechanical, plumbing, and HVAC work. The project is set aside for small businesses, and interested contractors should note that multiple amendments have been issued to refine specifications and extend proposal deadlines, with the latest amendment providing answers to inquiries. For further details, potential bidders can contact Eric Hurtado at eric.j.hurtado@usace.army.mil or by phone at 251-690-2571.
Coburn Gore LPOE CMc Solicitation
Buyer not available
The General Services Administration (GSA) is seeking qualified contractors for the construction of a new Land Port of Entry (LPOE) in Coburn Gore, Maine, utilizing a Construction Manager as Constructor (CMc) delivery method. The project aims to modernize and expand the existing facility, enhancing operational capabilities and infrastructure while adhering to historical preservation standards and sustainability guidelines. This initiative is crucial for improving border security and operational efficiency for U.S. Customs and Border Protection (CBP), with an estimated construction cost between $90 million and $100 million. Interested parties must submit their Phase I Technical Proposals by May 27, 2025, and can direct inquiries to James M. Adamo at james.adamo@gsa.gov or Caitlyn Egan at caitlyn.egan@gsa.gov.
Air Compressor Rebuild
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the rebuild of two Powerex air compressors at the Beltsville Agricultural Research Center in Maryland. This project requires contractors to provide all necessary labor, materials, and equipment to restore the compressors to factory standards, ensuring compliance with safety and environmental regulations. The total budget for this small business set-aside contract is estimated between $100,000 and $250,000, with a performance period of 60 days following the notice to proceed. Interested vendors must submit their proposals by April 25, 2025, and can direct inquiries to Elizabeth Wilson at elizabeth.wilson2@usda.gov.