Smithsonian institution's National Museum of Natural History Renovate Baird Auditorium
ID: 33330225RT0010018Type: Presolicitation
AwardedAug 14, 2025
$18.6M$18,579,863
AwardeeChristman Company, The Lansing MI 48933 USA
Award #:33330225CT0010359
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
    Description

    The Smithsonian Institution is seeking proposals for the renovation of the historic Baird Auditorium located 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 construction budget exceeding $10 million. 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 30, 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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document is an amendment to a solicitation for the renovation of the Baird Auditorium at the National Museum of Natural History in Washington, DC. It primarily serves to announce changes to the solicitation, including an extension of the deadline for submitting questions and clarifications until May 7, 2025, and a revised due date for proposals, which is now set for May 23, 2025, at 3:00 PM EST. Offerors must acknowledge receipt of all amendments when submitting proposals. Aside from these modifications, all other terms and conditions from the original solicitation remain unchanged. This document illustrates a procedural update often seen in government RFP processes, ensuring that potential contractors are informed about important deadlines and requirements necessary for their bid submissions.
    The amendment addresses solicitation changes for the renovation project of the Baird Auditorium at the National Museum of Natural History (NMNH), extending the proposal submission deadline to May 30, 2025. It specifies that amendments must be acknowledged by contractors through various methods, including electronic communication. Additionally, detailed responses to Requests for Information (RFIs) pertaining to the project are included, covering topics such as design requirements, subcontractor stipulations, occupancy considerations during construction, and specific materials to be used. The amendment emphasizes project management guidelines, safety considerations, and compliance with historical preservation standards, especially regarding the handling of hazardous materials like lead. Contractors must adhere to these outlined conditions to ensure project continuity and regulatory compliance, highlighting the importance of careful planning and execution in federal construction contracts.
    The document pertains to the amendment of a solicitation related to the renovation of the Baird Auditorium at the National Museum of Natural History (NMNH), with a focus on extending deadlines and providing clarification on specific contract details. The key points include instructions for bidders to acknowledge the amendment, the extension of the proposal due date to May 30, 2025, and the comprehensive responses to several Requests for Information (RFIs) regarding demolition, structural details, and existing conditions. The amendment addresses crucial aspects such as as-built documentation, structural integrity of historical elements, and specifications for materials and installation. Additionally, it highlights the necessity for contractors to verify dimensions and conditions as they may affect bidding. Overall, the purpose of this document is to ensure transparency and provide necessary clarifications to streamline the bidding process for the renovation project, thereby promoting compliance with federal and local regulations.
    The document outlines Amendment Seven for the renovation of the Baird Auditorium located in the National Museum of Natural History (NMNH), detailing procedures and responses to Requests for Information (RFIs) from contractors. Key updates include the acknowledgment of amendments, a due date for proposals set for May 30, 2025, and specific responses to RFIs regarding construction processes, safety requirements, and materials handling. The amendment addresses technical inquiries from bidders, covering topics such as demolition procedures, safety measures, coordination of site visits, and clarification on hazardous materials and construction requirements. Additional clarifications regarding the type of contractors required for certain specialties and the management of electrical systems during the project are provided. The summary emphasizes the importance of compliance with safety protocols and specifications as the renovation progresses. This comprehensive guidance is essential for contractors to prepare accurate bids and maintain the project's timeline and structural integrity, ensuring the historic auditorium meets modern standards while preserving its architectural character.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut, under Project No. 30134899. The project involves comprehensive renovations, including the replacement of flooring, seating, tables, wall wainscoting, and dividers, with an estimated contract value between $500,000 and $1,000,000. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracting. Interested bidders must submit their proposals by January 6, 2026, at 2:00 PM, and are encouraged to attend a site visit on December 16, 2025, with RSVP required by December 15, 2025. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    PEVI AV System
    Interior, Department Of The
    The National Park Service is seeking proposals from qualified small businesses for the installation of an audio/visual (AV) system at Perry’s Victory and International Peace Memorial (PEVI) in Ottawa County, Ohio. The project aims to modernize the visitor center auditorium's AV capabilities to enhance visitor experience and improve operational efficiency, including the integration of new presentation features and accessibility enhancements. This firm-fixed price contract is expected to be awarded around December 2025, with a performance period of 180 days, and proposals are due by December 19, 2025, at 12:00 PM ET. Interested parties should submit their proposals via email to Jordan Ellis at jordanellis@nps.gov, including a capability statement, technical plan, project schedule, itemized pricing, and acknowledgment of any solicitation amendments.
    Y1DA--36C257-26-AP-0163 | NEW CON FY26 | CTX 674-16-016 - Remodel Amphitheater (VA-26-00003450)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Amphitheater Project 674-16-016" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves extensive renovations, including reconfigurations of electrical, mechanical, and plumbing systems within Building 163, with an estimated construction magnitude between $2,000,000 and $5,000,000. The project is critical for enhancing the facility's functionality and aesthetics, ensuring compliance with strict safety and infection control protocols due to its operation within a 24/7 healthcare environment. Proposals are due by January 6, 2026, following a mandatory site visit on December 3, 2025, at 9:00 AM CST, with all inquiries directed to Contract Specialist Jose P Portalatinrivera at jose.portalatinrivera@va.gov.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    Retail Shop A&E Quality Assurance - Library of Congress
    Library Of Congress
    The Library of Congress is seeking contractor support for Architecture, Engineering, and Quality Assurance services related to the preparation, fabrication, and installation of a new Retail Shop as part of its Visitor Experience Master Plan. The contractor will be responsible for issuing Architect’s Supplemental Instructions, conducting site visits for quality assurance, reviewing submittals and inspection reports, and facilitating quality assurance meetings, among other tasks. This project is critical for enhancing visitor engagement and experience within the Thomas Jefferson Building. Interested parties can contact Colleen Daly at cdaly@loc.gov or Michael F. Schuman at mschuman@loc.gov for further details, as the procurement is justified for a specific vendor, Bergmann Associates, due to their unique familiarity with the project.
    NHHC NMUSN Industry Day Notice
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is hosting an Industry Day on June 4, 2025, at the Washington Navy Yard to engage with contractors and vendors regarding future projects for the National Museum of the United States Navy (NMUSN). This event aims to foster collaboration and gather innovative ideas related to architecture, exhibit design, artifact conservation, and various support services essential for the museum's development, which is projected to open in 2030 with a budget of $225 million. Participants will have the opportunity to attend briefings, engage in Q&A sessions, and schedule one-on-one discussions with government representatives, facilitating a deeper understanding of the contracting process and upcoming solicitations. Interested parties must RSVP by May 26, 2025, and provide necessary identification for base access; for further inquiries, contact Wesley Peters at wesley.b.peters.civ@us.navy.mil or Caitlin King at caitlin.d.king2.civ@us.navy.mil.
    Exhibition Design Services
    Library Of Congress
    The Library of Congress is seeking an experienced exhibit design firm to provide creative design services for the upcoming exhibition titled "Inside the Creative Process" at the newly opened Treasures Gallery in Washington, D.C. The selected contractor will be responsible for developing design concepts, layouts, and promotional materials for the exhibition, which will feature approximately 120 high-value original objects, adhering to museum-quality, conservation, and security standards. This opportunity is critical for showcasing the Library's treasures and ensuring an engaging visitor experience, with the exhibition scheduled to open in October 2027 and the contract period extending from February 2026 to January 2028. Interested firms should contact Olexiy Levchuk at olevchuk@loc.gov or Moji Adejuwon at moad@loc.gov for further details, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 5, 2026.
    Z--PIPE - REHAB VISITOR CENTER RESTROOMS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotations for the rehabilitation of restrooms at the Visitor Center of Pipestone National Monument in Minnesota. The project aims to renovate the existing facilities to meet accessibility standards by converting them into two single-user restrooms, involving demolition, carpentry, plumbing, electrical work, and installation of new finishes and HVAC systems. This initiative is crucial for enhancing visitor experience and ensuring compliance with the Architectural Barriers Act. Interested small businesses must acknowledge receipt of the solicitation amendments by November 17, 2025, and are encouraged to attend a site visit on December 3, 2025. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or 605-574-0510, with an estimated project value between $100,000 and $250,000.