Smithsonian institution's National Museum of Natural History Renovate Baird Auditorium
ID: 33330225RT0010018Type: Solicitation
Overview

Buyer

SMITHSONIAN INSTITUTIONSMITHSONIAN INSTITUTIONSMITHSONIAN INSTITUTIONARLINGTON, VA, 22202, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MUSEUMS AND EXHIBITION BUILDINGS (Y1JA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due May 23, 2025, 7:00 PM UTC
Description

The Smithsonian Institution is seeking proposals for the renovation of the historic Baird Auditorium at the National Museum of Natural History in Washington, DC. The project aims to restore the auditorium's unique architectural features while upgrading its infrastructure to meet modern accessibility and safety standards, with a total budget exceeding $10 million and a completion timeframe of 730 calendar days. This renovation is crucial for preserving the auditorium's historical integrity while enhancing visitor experiences through improved acoustics, modern audio-visual systems, and compliance with LEED Gold certification standards. Interested contractors must submit their proposals by May 23, 2025, at 3:00 PM EST, and can direct inquiries to Virginia Chan at Chanvc@si.edu or Christine Grant at grantCA@si.edu.

Point(s) of Contact
Virginia Chan
Chanvc@si.edu
Christine Grant
grantCA@si.edu
Files
Title
Posted
Apr 23, 2025, 9:08 PM UTC
The document is a bid set for the renovation of the Baird Auditorium under the Smithsonian Facilities Project No. 2200109, managed by SmithGroup, Inc. The project aims to modernize the auditorium and enhance its functionality, ensuring compliance with current standards. It outlines key professionals involved in the endeavor, including architects and engineers from SmithGroup, specializing in various fields such as structural, fire protection, mechanical, electrical, and plumbing engineering. Each engineer's role in the renovation indicates a coordinated effort toward a comprehensive redevelopment of the space. The document serves as a formal introduction to the project, highlighting the collaboration between various engineering disciplines and establishing a basis for the forthcoming construction bids. It reflects federal interests in upgrading cultural and historical facilities to meet contemporary operational requirements and improve public accessibility and safety.
Apr 23, 2025, 9:08 PM UTC
The document outlines the renovation project for the Baird Auditorium at the National Museum of Natural History (NMNH), focusing on enhancing various architectural, structural, and mechanical systems. It details the project's approval under Smithsonian Directive 410 and specifies multiple contractors involved, including design, acoustic, mechanical, and electrical engineers. The renovation primarily involves demolishing existing structures, preserving historic features such as Guastavino tiles, and ensuring compliance with life safety and accessibility standards. The project will be executed in phases to minimize disruption to museum operations and maintain emergency egress routes, particularly through locked designated exit doors. Temporary protective measures will safeguard finished surfaces and prevent unauthorized access during construction. Special provisions are outlined for managing hazardous materials and waste removal, ensuring careful coordination with museum staff and oversight for compliance with historical preservation standards. This project underscores the Smithsonian's dedication to modernization while respecting historical integrity, facilitating enhanced educational experiences for visitors.
Apr 23, 2025, 9:08 PM UTC
The Smithsonian Institution's renovation project for the Baird Auditorium at the National Museum of Natural History focuses on addressing hazardous materials identified during a pre-renovation inspection. The extensive report highlights the presence of asbestos-containing materials (ACMs), lead-based paint, polychlorinated biphenyls (PCBs), and mercury vapor lamps. A total of 91 bulk samples were analyzed, revealing several materials containing over 1% asbestos, which necessitate careful abatement according to environmental regulations. Additionally, 150 surfaces were tested for lead paint, with numerous components exceeding permissible levels, thus requiring specialized handling by licensed contractors. The report outlines strict adherence to the EPA, OSHA, and local regulations during demolition and remediation. It emphasizes the need for proper disposal methods for hazardous materials and ensures that any residual contaminants are managed before construction begins, underscoring the importance of safety and regulatory compliance in the historic renovation of this significant public space.
Apr 23, 2025, 9:08 PM UTC
The document outlines the specifications for the renovation of Baird Auditorium at the National Museum of Natural History. It serves as a bid set detailing various components required for the project, including procurement and contracting requirements, general conditions, and specific construction divisions, such as concrete, masonry, metals, and various finishes. Key elements include provisions for hazardous materials, sustainable design requirements (adhering to LEED V4 BD+C), and detailed descriptions of tasks involving structures, electrical systems, plumbing, HVAC, fire protection, and more. Each division is meticulously organized, with sections dedicated to materials, quality assurance, executing specific tasks like wall and door protection and installing specialized fixtures like display cases. The document emphasizes compliance with safety standards and historical preservation regulations. The renovation aims to modernize the auditorium while maintaining its historical integrity, thereby enhancing the museum experience. Overall, this file is integral to guiding contractors and engineers in executing the renovation project, ensuring adherence to specified standards and practices.
Apr 23, 2025, 9:08 PM UTC
The document outlines a Request for Proposal (RFP) for the renovation of Baird Auditorium, located at the National Museum of Natural History (NMNH). The project, referenced by Project Number 2200109, involves a comprehensive overhaul of the auditorium, requiring work across multiple divisions including general conditions, existing conditions, concrete, masonry, metals, and various systems related to fire suppression, plumbing, HVAC, and electrical work. While the base bid section itemizes various categories of work, all fields are currently left blank, indicating a placeholder document that is meant for contractors to submit their bids. The "BASE BID" is defined as the total cost for all renovation activities as outlined in the specified documentation dated November 11, 2024. Additionally, the document mentions the need for a performance bond as part of the total bid requirement. This RFP is part of federal procurement practices aimed at contract solicitation for facility renovations, emphasizing transparency and structured bidding processes.
Apr 23, 2025, 9:08 PM UTC
The Smithsonian Institution is seeking proposals for the renovation of the historical Baird Auditorium located in the National Museum of Natural History, a site requiring extensive modernization to align with current technology and safety standards. The project, with a budget exceeding $10 million and a completion timeframe of 730 days, focuses on restoring the auditorium’s unique architectural features while enhancing accessibility and upgrading mechanical, electrical, and fire safety systems. Contractors must propose a detailed plan outlining their approach to construction logistics, including managing site access and minimizing disruption to museum operations. Key components of the renovation involve restoring the historic Guastavino tile ceiling, upgrading the auditorium’s acoustics, and installing a modern audio-visual system. The RFP emphasizes the importance of sustainable practices, targeting LEED Gold certification, and mandates that all work comply with historical preservation standards due to the building's registered status. Offerors are instructed to submit comprehensive technical and cost proposals, demonstrating previous project experience, especially with historic sites, and outlining plans for subcontractor involvement. The submissive evaluation will focus on understanding, organization, past performance, and an effective cost proposal that reflects reasonable pricing. The Smithsonian reserves the right to reject any proposals and will not be liable for proposal preparation costs. This RFP indicates a significant effort to preserve historical integrity while modernizing essential infrastructure.
Apr 23, 2025, 9:08 PM UTC
The document is an amendment to Solicitation No. 33330225RT0010018 concerning the renovation of the Baird Auditorium at the National Museum of Natural History in Washington, DC. This amendment outlines procedures for acknowledging receipt of the amendment and making any changes to previously submitted offers. Attendance for the Site Visit scheduled on April 9 is limited to six attendees due to space constraints. The amendment reaffirms that all other terms and conditions of the solicitation remain unchanged, ensuring consistency in expectations for potential contractors. The document is structured to detail the amendment processes, including methods for acknowledgment and contractor responsibilities, while providing essential contact information and reference numbers. This reflects the procedural rigor typically associated with government Requests for Proposals (RFPs), emphasizing compliance and clarity for contracting opportunities.
Apr 23, 2025, 9:08 PM UTC
The document involves an amendment to a solicitation for the renovation of the Baird Auditorium at the National Museum of Natural History in Washington, DC. The primary changes included in this amendment are the scheduling of a second site visit on April 16, 2025, where participants can choose from three time slots with a maximum of 20 attendees each. Firms are encouraged to limit their representatives to five per time slot due to expected interest. The deadline for submitting questions or clarifications remains April 25, 2025, while the due date for proposal submissions maintains as May 23, 2025, at 3:00 PM EST. It is emphasized that acknowledgment of receipt of this amendment is mandatory for valid proposals, and failure to comply may lead to rejection. The document retains other provisions of the original solicitation unless specified otherwise. The overall purpose is to ensure clarity and compliance among contractors interested in the renovation project while providing essential timelines and requirements for participation.
Apr 23, 2025, 9:08 PM UTC
The document is an amendment to Solicitation Number 33330225RT0010018, concerning the renovation of the Baird Auditorium at the National Museum of Natural History in Washington, DC. It outlines the acknowledgment of receipt required from bidders relating to the amendment, clarifying that submissions must be made by May 23, 2025, at 3:00 PM EST. Key components of the amendment include a compilation of responses to requests for information (RFIs) regarding the project and clarifications from a site visit conducted on April 16, 2025. Several general and demolition-related inquiries were addressed, including questions about site access, use of equipment, hazardous material removal, and electrical requirements. This amendment emphasizes the importance of adhering to deadlines and protocols specified in the original solicitation while also reflecting updates and clarifications vital for submitting sound proposals. Overall, it serves to ensure bidding transparency and compliance with the project requirements as part of the federal procurement process.
Apr 23, 2025, 9:08 PM UTC
The Smithsonian Institution released a Request for Proposals (RFP) for the renovation of the Baird Auditorium at the National Museum of Natural History (Project # 2200109). The successful contractor will be responsible for all supervision, labor, materials, and equipment needed for the project, adhering to specified codes and regulations. The RFP details necessary documents, such as specifications and drawings dated February 14, 2025, and outlines submission guidelines, including a pre-bid meeting scheduled for April 9, 2025, and a proposal due date of May 23, 2025. The project aims to foster participation from small businesses, with set contracting goals: at least 40% for small business concerns and 7% for Service-Disabled Veteran-owned small businesses. Compliance with the Davis-Bacon Wage Determination is mandatory. The total performance period for the project is limited to 730 calendar days from the notice to proceed. The contractor must ensure high-quality work, defect corrections, and proper management practices throughout the process, with inspections conducted by designated museum officials. The document emphasizes the need for clarity in communication, adherence to submission formats, and strict compliance with federal contracting regulations.
Apr 23, 2025, 9:08 PM UTC
The document provides a wage determination under General Decision Number DC20250002 for construction projects in the District of Columbia. It details the applicability of the Davis-Bacon Act and sets minimum wage rates mandated by Executive Orders 14026 and 13658 for covered contracts. Effective from January 30, 2022, contractors must pay at least $17.75 per hour for contracts renewed or initiated thereafter, unless a higher wage rate is applicable. The document lists various classifications of construction work, such as electricians, carpenters, and plumbers, along with their corresponding wage rates and fringe benefits. Additionally, it outlines requirements for paid sick leave under Executive Order 13706 for employees working on federal contracts. The wage determination establishes crucial guidelines for labor compensation, ensuring worker protection and compliance for contractors involved in federally funded construction projects. It serves as a resource for employers to adhere to labor standards while participating in federal and local RFPs and grants.
Apr 23, 2025, 9:08 PM UTC
The document outlines the requirements for a payment bond under 40 USC Chapter 31, Subchapter III, which is essential for the protection of individuals supplying labor and materials for government contracts. It specifies that the Principal—a contractor—is required to ensure payment to all parties involved in the project, with the Surety (or Sureties) liable for the bond's penal sum, which is the bond's face value. The form must be completed with the Principal's legal name, business address, and appropriate signatures, including those of authorized individuals. Conditions for the bond include timely payment obligations and waiver of notice for contract modifications. Additional requirements are detailed for corporate and individual Sureties, including the necessity of approval from the Department of the Treasury for sureties acting as co-sureties. The document also includes a Paperwork Reduction Act statement indicating the estimated burden of compliance. Overall, this form is critical for ensuring that contractors adhere to financial obligations in federal projects, aligning with federal guidelines and ensuring protection for labor and materials supplied.
Apr 23, 2025, 9:08 PM UTC
The document is a Performance Bond Form (Standard Form 25) used in conjunction with federal contracts. Its primary purpose is to ensure that a Principal (the contractor) fulfills contract obligations, protecting the government by binding the Principal and Surety(ies) (guarantors) to a specified penal sum. The form outlines the conditions under which this obligation becomes void, primarily contingent on the Principal's performance and payment of required taxes. It requires detailed information, including the legal name and address of the Principal, the type of organization, and information about Surety(ies), including corporate seals and liability limits. The bond is designed to protect the federal government and ensure compliance with legal and financial responsibilities associated with government contracts. The form emphasizes the need for authorization and regulations regarding corporate and individual sureties, ensuring they meet Treasury guidelines. The structured form is crucial for maintaining accountability and transparency in government contracting, especially within RFPs and grants. Overall, this document plays a vital role in the integrity of government procurement processes.
Apr 23, 2025, 9:08 PM UTC
The document is a "Release of Claims" form utilized by the Smithsonian Institution for contractors involved in fixed-price construction contracts. It serves to formally release the Smithsonian from any future claims related to the contract upon payment. The contractor must complete the form by providing their contract number, date, description of the work, and any specific claims or amounts due, if applicable. The form requires signatures from two witnesses and includes a note on additional requirements if claims have been assigned under federal law. This document is essential in the context of government RFPs and federal grants as it facilitates the resolution of financial relationships and claims, ensuring that contractors relinquish further claims upon receiving payment. It underlines the importance of clear contractual obligations and legal protections for both the contracting parties involved in federally funded projects.
Lifecycle
Similar Opportunities
33330225RF0010019 Renew Veterinary Hospital at Smithsonian Conservation Biology Institute (SCBI)
Buyer not available
The Smithsonian Institution is seeking proposals for the construction of the Renew Veterinary Hospital at the Smithsonian Conservation Biology Institute (SCBI) in Front Royal, Virginia. The project aims to modernize existing facilities critical for wildlife research and veterinary care, requiring contractors to provide all necessary supervision, labor, materials, and equipment to complete the work as outlined in the Request for Proposals (RFP). The scope includes mechanical, electrical, and plumbing upgrades, site work, demolition, and utility improvements, all while ensuring compliance with safety standards and the Davis-Bacon Wage Determination. Interested contractors must submit their proposals by May 28, 2025, and are encouraged to participate in a pre-bid site tour on April 17, 2025. For further inquiries, contact Ivy Tucker at Tuckeri@si.edu.
Smithsonian Astrophysical Observatory Fred Lawrence Whipple Observatory (FLWO) Dormitory Replacement
Buyer not available
The Smithsonian Institution is soliciting proposals for the construction of a new Summit Bowl Dormitory at the Fred Lawrence Whipple Observatory in Amado, Arizona, aimed at replacing the existing facility that poses fire risks and security threats. The project involves the construction of a new dormitory connected to the Commons Building, installation of essential building systems including HVAC, plumbing, fire suppression, and security, as well as the demolition of the existing dormitory and site restoration. With an estimated budget exceeding $10 million, the contract is expected to be awarded based on technical capabilities, past performance, and cost control, with proposals due by June 23, 2025. Interested contractors can reach out to Virginia Chan at Chanvc@si.edu or Christine Grant at grantc@si.edu for further information.
New York Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Contracts
Buyer not available
The Smithsonian Institution is seeking qualified small business contractors for Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Contracts to support construction needs at its facilities in the New York City area, specifically the National Museum of the American Indian and the Cooper Hewitt Design Museum. Contractors must demonstrate previous experience with similar projects valued between $1 million and $8 million and possess the capability to manage complex specifications and client engagements in historic and occupied spaces. This procurement emphasizes the importance of preserving historical sites while ensuring compliance with safety regulations throughout the construction process. Interested parties must submit inquiries by May 5, 2025, and complete their proposals by May 16, 2025; for further information, contact Chanel S. Wade at wadecs@si.edu.
Z1DA--Renovate Audiology 515-23-101
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the renovation of the Audiology department at the Battle Creek VA Medical Center, designated as Project 515-23-101. This project aims to engage a contractor to provide all necessary resources, including labor and materials, for the renovation of approximately 6,045 square feet across two buildings, with a total contract budget estimated between $5 million and $10 million and a completion timeline of 500 calendar days post-award. The renovation is crucial for enhancing audiology services and ensuring compliance with federal standards, particularly for facilities serving veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by May 6, 2025, and can direct inquiries to Contract Specialist Terrance Deininger at terrance.deininger@va.gov.
Smithsonian Institution National Museum of African American History and Culture Digital Experience Initiative Request for Proposals
Buyer not available
The Smithsonian Institution is soliciting proposals for the Digital Experience Initiative at the National Museum of African American History and Culture (NMAAHC), specifically focusing on enhancing the online exhibition experience for its Slavery and Freedom exhibition and other permanent exhibitions. The project aims to improve the accessibility, usability, and engagement of the Searchable Museum platform through comprehensive web development services, audience research, and the creation of new digital content experiences. This initiative is crucial for expanding the Museum's reach and impact, ensuring that educational resources about African American history are accessible to diverse audiences both digitally and in-person. Interested offerors must submit their proposals electronically by May 21, 2025, and can contact Shanise Gholston at gholstons@si.edu for further information.
Smithsonian Institution National Museum of African American History and Culture Digital Experience Initiative Request for Proposals
Buyer not available
The Smithsonian Institution's National Museum of African American History and Culture is seeking proposals for its Digital Experience Initiative, aimed at enhancing the Searchable Museum platform. The initiative focuses on improving accessibility, discoverability, and user engagement through the development of new interactive features and digital content experiences that align with the Museum's strategic goals. This opportunity is significant as it supports the Museum's mission to provide comprehensive online access to African American history and culture, engaging a diverse audience. Interested Offerors should note that the RFP will be available on or about April 7, 2025, and must meet minimum qualifications to be considered for the contract. For further inquiries, contact Shanise Gholston at gholstons@si.edu.
Office of Senate Curator Research and Analysis Request for Information
Buyer not available
The United States Senate, through the Office of Senate Curator, is seeking information from qualified firms regarding the enhancement of the visitor experience in the Old Supreme Court Chamber (OSCC) located in the U.S. Capitol. The Request for Information (RFI) aims to assess market capabilities for a potential restoration of the OSCC, which is historically significant but currently faces challenges such as paint failure, humidity control, and inadequate lighting. Interested firms are required to demonstrate expertise in architectural restorations and historic furnishings, providing project proposals and examples of relevant past experiences. Responses to the RFI are due by May 2, 2025, and should be submitted via email to Holly McDonald at hollymcdonald@saa.senate.gov.
Z--HAMP 326087: Preserve Historic Structures Hampto
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the preservation and rehabilitation of historic structures at the Hampton National Historic Site in Towson, Maryland, under solicitation number 140P2025R0043. This design-bid-build construction project is specifically set aside for Competitive 8(a) Small Business concerns, with an estimated construction cost exceeding $10 million, focusing on restoring up to 14 historic buildings, addressing structural deficiencies, and upgrading mechanical and electrical systems while ensuring compliance with preservation standards. Interested contractors must acknowledge receipt of amendments to the solicitation, adhere to strict timelines, and submit proposals by the specified deadline, with the project period of performance scheduled from September 1, 2025, to March 1, 2027. For further inquiries, potential bidders can contact Marc Nguyen at marcnguyen@nps.gov or by phone at 720-448-1166.
Theater Curtain Replacement – Library of Congress
Buyer not available
The Library of Congress is seeking qualified contractors for the Theater Curtain Replacement project at its National Audiovisual Conservation Center (NAVCC) theater in Culpeper, Virginia. The procurement involves assessing the current condition of the theater curtains and valances, followed by recommendations for either repair or replacement, with the contractor responsible for executing the accepted solution. This project is crucial for maintaining the safety and aesthetic quality of the theater, which hosts public screenings and events. Interested parties must submit their proposals by April 30, 2025, and can direct inquiries to Colleen Daly at cdaly@loc.gov or Jennifer Zwahlen at jzwa@loc.gov.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.