Identifying and Mitigating Water Leaks
ID: 040ADV-25-Q-0010Type: Solicitation
Overview

Buyer

UNITED STATES GOVERNMENT PUBLISHING OFFICEUNITED STATES GOVERNMENT PUBLISHING OFFICEAcquisition ServicesWashington, DC, 20401, USA

NAICS

Engineering Services (541330)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The U.S. Government Publishing Office (GPO) is seeking a contractor to identify and mitigate water leaks in the basement of Building D, Room D-025, located in the District of Columbia. The project requires non-destructive testing to locate the source of water leaks behind approximately 1,350 square feet of concrete wall, followed by effective repair services. This initiative is crucial for maintaining the integrity of GPO facilities and ensuring compliance with safety and government regulations. Interested contractors should contact Brittany Freeman at bfreeman@gpo.gov or Troy D. White at twhite@gpo.gov for further details, and must adhere to wage determinations outlined in the associated documents before submitting proposals.

    Point(s) of Contact
    Brittany Freeman
    bfreeman@gpo.gov
    Troy D. White
    twhite@gpo.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the U.S. Government Publishing Office (GPO) for identifying and mitigating water leaks in the basement walls of Building D, Room D-025. It specifies the need for a contractor to conduct a non-destructive testing investigation to locate voids or irregularities in concrete walls and seal water leaks effectively. The scope includes providing all necessary labor and materials, ensuring compliance with safety standards and government regulations. The contractor is required to submit comprehensive reports detailing findings, proposed methods for remediation, and a project plan before commencement. Additionally, the contract emphasizes adherence to contract clauses and regulations that govern federal procurement, including payment processes, performance requirements, and the qualification of personnel involved. The project underlines the GPO's commitment to maintaining the integrity of its facilities while effectively addressing water intrusion issues.
    The Past Performance Questionnaire (PPQ) is a critical component utilized in evaluating contractors for federal contracts, specifically intended for source selection purposes. It is part of the procurement process overseen by the U.S. Government Publishing Office. Contractors must complete the PPQ, which contains detailed sections for evaluating their past performance across various criteria, such as quality of products and services, overall project performance, schedule adherence, technical capability, cost management, and subcontracting compliance. Each area is rated by evaluators on a scale ranging from "Exceptional" to "Unsatisfactory." Additionally, evaluators provide insight into the contractor’s strengths and weaknesses, assess customer satisfaction, and indicate the likelihood of repeat business. This questionnaire aims to ensure that only qualified contractors are selected based on their historical performance, thus enhancing the accountability and success of government contracts. The document emphasizes the importance of protecting the sensitive information contained within the PPQ, reflecting the stringent data management protocols necessitated in government procurement activities.
    This document comprises various sections and details related to wage determinations relevant to federal, state, and local government contracts. It outlines classifications, minimum wage standards, and conditions necessary for labor compliance in federally funded projects. Notably, wage determinations include specifications on regional standards and employments for various job classifications, adhering to the Department of Labor guidelines. The file serves as a reference for agencies that initiate Requests for Proposals (RFPs) and grants to ensure compliance with labor regulations. It emphasizes the importance of integrating fair labor practices into the procurement process, ensuring that awarded contracts meet legal and ethical standards for wage compensation. Additionally, mentioned procedural elements request that contractors familiarize themselves with applicable wage rates and conditions before submitting proposals. This comprehensive approach aims to facilitate transparency and accountability in project execution while fostering a fair labor environment across various governmental levels. Overall, the document plays a crucial role in aligning contractor agreements with respective wage and labor laws inherent in federal and local funding mechanisms.
    The document outlines a federal Request for Proposal (RFP) related to infrastructure upgrades within a specific facility, likely focusing on elevator installations and structural improvements at tunnel levels. Key components include design specifications, material requirements, and projected elevations necessary for execution and compliance with safety standards. Notably, it includes references to architectural modifications and necessary renovations for accessibility. The RFP appears aimed at engaging contractors with expertise in engineering, construction, and architecture to ensure the upgrade processes meet rigorous guidelines and local regulations. The document emphasizes a systematic approach to facilitate efficient project management and successful completion, aligning with the federal mandates for procurement and infrastructure development. Overall, it highlights the importance of systematic assessment and planning in regards to the enhancements being proposed.
    The document provides instructions on creating and customizing PDF Portfolios using Adobe Acrobat, highlighting key functionalities and user-friendly features. It explains that Flash Player is no longer needed, streamlining the creation process, and allows users to organize content effectively. Users can add files and folders sequentially, edit file names, and incorporate web content to keep portfolio sizes manageable, with suggestions to limit component files to 15 and total size to 50 MB. Additionally, multimedia files can be converted to PDF format, and users have options to delete or extract components as needed. The document emphasizes a straightforward interface with accessible tools and the ability to link or embed web content, catering to various organizational needs. Overall, this guide aims to enhance productivity and effective data management for users creating PDF Portfolios, which could be relevant for federal grant applications and project proposals in compliance with government standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.
    Centralized Waste Processing System
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.
    General Construction Services - Water Infiltration Remediation project -Phase II- Alexander Hamilton Custom House in New York, NY
    General Services Administration
    The General Services Administration (GSA) is seeking qualified general contractors to provide full construction services for the Water Infiltration Remediation project - Phase II at the Alexander Hamilton U.S. Customs House in New York, NY. This project involves significant historic preservation work, including façade restoration, roof replacement, window replacement, and the conservation of fine arts murals and sculptures, as part of a larger repair and alteration initiative. The anticipated contract, valued between $70 million and $80 million, will be awarded through a best value procurement method, with a projected period of performance of approximately 210 weeks, beginning with a Notice to Proceed expected in February 2027. Interested contractors must submit a Capability Statement by 3:00 PM EST on January 9, 2026, to Lisa Zalar at lisa.zalar@gsa.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    D951-M On-site Services (R-1) (A-1)
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for on-site services through a Multiple Award Task Order Contract (MATOC) under the D951-M (R-1) Umbrella Contract. This solicitation aims to qualify contractors capable of providing a range of services, including copying, printing, scanning, and mailing solutions, at various Federal Government facilities both within the contiguous United States (CONUS) and outside (OCONUS). The awarded contractors will compete for individual task orders, with the Government reserving the right to limit competition when deemed necessary. Interested contractors should designate a single point of contact for task order requests and can find complete specifications and additional details at the GPO's vendor website. For inquiries, contact Lauren Helming at lhelming@gpo.gov or APS/ACS at apsacs@gpo.gov.
    RMO22923 - RAY Cold weather event
    General Services Administration
    The General Services Administration (GSA) is seeking to procure urgent repair services for the Robert A. Young Federal Building in St. Louis, MO, following extensive damage from a severe cold weather event. The procurement, valued at approximately $1,800,000, is justified under FAR 6.302-2 due to "Unusual and Compelling Urgency," necessitating immediate action to address critical repairs, including fire sprinkler piping and removal of damaged finishes. Hof Construction Inc., already on-site and familiar with the building's systems, has been selected for this sole-source contract, with plans for future market research to address any non-emergency requirements related to the disaster aftermath. Interested parties can contact Erica Hoffman at erica.hoffman@gsa.gov or April Whitehead at April.Whitehead@gsa.gov for further information.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    Army Press Journals
    United States Government Publishing Office
    The United States Government Publishing Office is seeking contractors for the production of Army Press Journals, specifically perfect bound pamphlets that require various operations including electronic prepress, 4-color printing, binding, addressing, packing, and distribution. This procurement is essential for the dissemination of official Army publications, ensuring that materials are produced to high standards for effective communication and record-keeping. Interested vendors can find complete specifications and additional details at the provided link, and are encouraged to reach out to primary contact Felicia Buchko at fbuchko@gpo.gov or secondary contact Chuck Szopo at cszopo@gpo.gov for further inquiries. The solicitation is categorized under NAICS code 323117 and PSC code T011, with no specified funding amount or deadline mentioned in the overview.
    Internal Revenue Manuals
    United States Government Publishing Office
    The United States Government Publishing Office is seeking contractors for the establishment, updating, and maintenance of an XML text and graphics publishing database, along with related services such as electronic prepress, composition, and distribution of printed materials. This procurement aims to ensure the efficient production and dissemination of Internal Revenue Manuals, which are critical for providing guidance and information to taxpayers and tax professionals. Interested parties should note that the place of performance is in Washington, D.C., and they can reach out to Cecilia Dominguez Castro at cdominguezcastro@gpo.gov or Jennifer Yarbrough at jyarbrough@gpo.gov for further inquiries. The contract details, including funding amounts and deadlines, will be provided in the solicitation documents.
    USCG STATION CAPE DISAPPOINTMENT RAIN GUTTER REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide rain gutter repair services at the USCG Station Cape Disappointment in Ilwaco, Washington. The project involves the removal of an existing cast iron gutter system and the installation of approximately 750 linear feet of new gutters, downspouts, hangers, and fixtures, along with necessary inspections and repairs to fascia boards and soffits, all in compliance with USCG standards and local building codes. This procurement is critical for maintaining the integrity of the facility's water management system and ensuring safety standards are met. Interested contractors must submit their quotes by 8 AM (PST) on December 22, 2025, to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325Q30475004.
    Technical Assistance Services and Construction Phase (Title II) Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking technical assistance and construction phase services for improvements to the Georgetown Reservoir Building as part of the Washington Aqueduct project. The procurement involves ongoing support for Construction Phase (Title II) Services, which includes responding to Requests for Information (RFI), reviewing shop drawings and submittals, and coordinating inspections and project close-out documentation. These services are critical for ensuring the successful execution and completion of construction projects related to water supply facilities. Interested parties can contact Keilow King at keilow.king@usace.army.mil or 443-853-2052, or Sharon Alexander at sharon.l.alexander@usace.army.mil for further details.