Smithsonian Astrophysical Observatory Fred Lawrence Whipple Observatory (FLWO) Dormitory Replacement
ID: 33330225RF0010020Type: Solicitation
AwardedAug 19, 2025
$10.8M$10,767,193
AwardeeKAPP-CON INCORPORATED Tucson AZ 85705 USA
Award #:33330225CF0010369
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 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 ensuring compliance with modern safety standards. The project involves the demolition of the current dormitory and the construction of a new two-story building, including essential systems such as HVAC, plumbing, fire suppression, and security, with a total estimated budget exceeding $10 million. This initiative is critical for enhancing the living conditions for staff and visitors at the observatory while adhering to environmental regulations and labor standards, including the Davis-Bacon Act. Interested contractors must submit their proposals by June 23, 2025, at 5:00 PM EST, and can direct inquiries to Virginia Chan at Chanvc@si.edu or Christine Grant at grantc@si.edu.

    Point(s) of Contact
    Virginia Chan
    Chanvc@si.edu
    Christine Grant
    grantc@si.edu
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) for the replacement of the Summit Dorm at the FLWO, with project number 1583808. It specifies that all work must adhere to the provided specifications and drawings dated March 5, 2025. The bid is organized into divisions that include general conditions, existing conditions, hazards, concrete, masonry, metals, and other construction categories, although specific cost estimates for materials, labor, and equipment are not provided. The document calls for a comprehensive breakdown of costs, including a base bid subtotal, overhead, profit margins, performance bonds, and applicable taxes. This structured approach facilitates transparency and detailed cost analysis for the project. The primary purpose of this RFP is to solicit proposals from contractors to execute a large-scale facility replacement project, emphasizing the need for precise compliance with specified guidelines, thereby ensuring an effective and safe project delivery.
    The document outlines the plans for the replacement of the Fred Lawrence Whipple Observatory Dormitory located on Mt. Hopkins Road in Amado, Arizona. The project involves constructing a new dormitory and a commons building, with a total proposed area of 5,840 square feet, organized over two stories with essential fire protection systems in place, including an automatic sprinkler system throughout. Key architectural elements comprise detailed site plans, structural framing, mechanical and plumbing specifications, and fire safety diagrams. The permit review process includes compliance with local regulations and safety codes. The plans involve demolishing existing structures while ensuring proper hazardous material management, in adherence to safety and environmental standards. Additionally, the document incorporates a decisive list of the associated design disciplines, from architectural plans to electrical, civil, and mechanical details, ensuring a comprehensive construction approach. This project underscores the Smithsonian Institution's commitment to upgrading its facilities while fostering a safe and functional living environment for staff and visitors at the observatory.
    The Smithsonian Institution is undertaking the Summit Dorm Replacement project (Project No: 1583808) at the Fred Lawrence Whipple Observatory in Arizona. This initiative seeks to construct a new dormitory, replacing the existing facility while ensuring minimal disruption to ongoing operations. Major components include building systems for HVAC, plumbing, fire suppression, and security, along with site restoration and environmental protection measures. The project timeline spans 520 calendar days from issuance of the Notice to Proceed. The contractor must adhere to strict regulations regarding site access, waste management, and sustainability commitments, with a mandated recycling rate of 50-75% of non-hazardous materials. Specific protocols are established for safety, handling scientific materials, and interactions with existing Smithsonian operations. The contracted company members are required to maintain professionalism and comply with comprehensive documentation and communication standards throughout the project. This project underscores the Smithsonian’s commitment to sustainable practices and rigorous safety protocols while enhancing its facilities.
    The document pertains to a construction project identified as the replacement of the Summit Bowl Dorm, with a project number of 1583808. It outlines a budget exceeding $10 million, with a $4 million funding increment allocated for fiscal year (FY) 2025. The document includes detailed cost estimates for various phases of the construction including sitework, structural concrete, roofing, plumbing, and fire protection among others. The project has a two-phase funding approach, broken down into the FY 2025 and FY 2026 increments, which stipulates that the remainder of the funding will be obligated by December 1, 2026, or when available. The structure of the document comprises two pages, detailing line items for costs in multiple categories, allowing offerors to describe any additions or deletions related to these phases. It emphasizes the need for clear and comprehensive descriptions of project components, which is an important aspect of federal Requests for Proposals (RFPs) and grants. Overall, this project signifies a substantial investment in campus infrastructure, aiming to enhance habitability and facilities for residents within a specified budgetary framework while adhering to federal guidelines.
    The document pertains to an amendment of a solicitation regarding the replacement of the Summit Dormitory at the Fred Lawrence Whipple Observatory, managed by the Smithsonian Institution. It details required actions for contractors, particularly concerning asbestos survey reports and site visit logistics. Key amendments include a site visit schedule for May 6, 2025, a confirmation requirement for participation, and critical deadlines for questions and proposals. An asbestos survey conducted by Versar, Inc. identified various asbestos-containing materials (ACMs) present at the observatory, presenting necessary evaluations. The document outlines the results of a comprehensive inspection spanning the observatory’s facilities and classifies identified ACMs with appropriate response codes indicating required actions. None of the materials were deemed an immediate health hazard, although all ACMs warrant awareness and potential future management strategies. Recommendations for monitoring and handling of the materials have been provided, maintaining a focus on safety and regulatory compliance. This report serves as an essential resource for managing asbestos risks while adhering to federal requirements in construction and renovation processes within the observatory’s premises.
    The document outlines an amendment to solicitation No. 33330225RF0010020 for a project involving the replacement of the FLWO Dormitory at the Smithsonian Institution's Fred Lawrence Whipple Observatory. The amendment states the requirements for bidders to acknowledge receipt of all amendments and provides key dates: inquiries or questions must be submitted by May 27, 2025, while the final bid submission deadline is set for June 23, 2025, at 5:00 PM EST. Notably, bidders may bring additional personnel to the scheduled site visit on May 6, 2025; however, they must arrange their own transportation. It is emphasized that failure to acknowledge receipt of the amendment may lead to the rejection of offers. The document maintains that all other terms and conditions of the original solicitation remain unchanged. This amendment aims to ensure clarity and compliance among bidders while facilitating the timely progression of the procurement process associated with federally funded projects.
    The document outlines an amendment to the solicitation for replacing the FLWO Dormitory at the Fred Lawrence Whipple Observatory, operated by the Smithsonian Institution. Key updates include the scheduling of a second site visit on May 22, 2025, requiring confirmation from prospective offerors. Offerors must submit acknowledgment of all amendments as part of their proposals and direct questions or requests for clarification to a designated contact by May 27, 2025. The deadline for submitting bids is set for June 23, 2025, at 5:00 PM EST. The amendment also clarifies that all previous terms and conditions of the solicitation remain unchanged, highlighting the importance of compliance and responsiveness to solicitation updates in the federal contracting process. Overall, this document facilitates transparency and communication between the agency and potential contractors, ensuring adherence to procedural requirements.
    The document outlines an amendment to the solicitation for the replacement of the FLWO Dormitory at the Smithsonian Institution. It specifies procedures for acknowledgment of the amendment by contractors, along with the timeline for submission of clarifications and questions, which are due by May 27, 2025. The bid submission deadline is set for June 23, 2025. Key modifications include details regarding responses to Requests for Information (RFIs) 1-17, addressing specific questions about project requirements, proposed construction methods, and site conditions. Notably, the responses clarify that alternatives for septic system designs are permissible, and outline restrictions on work during the Spotted Owl breeding season. It also states that the inspection process will be managed by the Contracting Officer’s Technical Representative (COTR), and that there is no limit on the technical proposal's length. Overall, the document serves as a critical update intended to ensure prospective contractors are fully informed of the latest requirements and modifications, reinforcing the transparency and procedural compliance integral to federal contracts. This amendment emphasizes the Smithsonian Institution's commitment to environmental and regulatory considerations while executing the project.
    The document is an amendment to Solicitation No. 33330225RF0010020 for the replacement of the Summit Dormitory at the Fred Lawrence Whipple Observatory under the Smithsonian Institution. It outlines the modification details, specifying the processes for submitting offers and acknowledging amendments. Key updates include the requirement for bidders to submit proposals by June 23, 2025, and the inclusion of responses to Requests for Information (RFIs) relevant to project logistics and construction specifications. Critical topics addressed in the RFIs involve site management regulations, environmental considerations, and changes in project scope regarding septic system placements and foundation requirements. The document ensures compliance with the Arizona Department of Environmental Quality (ADEQ) and outlines expectations for contractor responsibilities, including handling of old systems and maintaining environmental integrity during construction. It emphasizes the need to adhere to Davis-Bacon wage standards for workers involved in the project. Overall, the amendment serves as a crucial guide for contractors participating in the bidding process, clarifying requirements and stipulations crucial to the project's successful execution while ensuring compliance with federal regulations and safety protocols.
    The amendment to Solicitation Number 33330225RF0010020 pertains to the replacement of the FLWO Dormitory at the Smithsonian Institution's Fred Lawrence Whipple Observatory. Key elements include the deadline extension for offers until June 23, 2025, and the requirement for bidders to acknowledge receipt of the amendment. It includes responses to 143 Requests for Information (RFIs) about project specifications, construction procedures, and compliance, with a focus on environmental considerations like asbestos and permitting requirements. The document outlines permissible alterations to project designs and technical criteria, ensuring adherence to local regulations, including the Arkansas Department of Environmental Quality (ADEQ). Additionally, it emphasizes the necessity of compliance with federal labor standards, such as adopting Davis-Bacon wages for covered work. The structured format categorizes important modifications, reflecting the dynamic nature of federal contracting processes while supporting the government's objective of executing a significant infrastructure project with environmental and regulatory oversight.
    The document outlines the wage determination for building construction projects in Santa Cruz County, Arizona, under General Decision Number AZ20250028, effective from February 14, 2025. It describes the types of projects covered, specifically excluding single-family homes and apartments of four stories or less. The document emphasizes compliance with the Davis-Bacon Act, requiring contractors to pay minimum wage rates as per Executive Orders 14026 and 13658 based on contract award dates. Wage rates for various construction classifications are provided, including key trades such as bricklayers, electricians, carpenters, and laborers, with specific pay scales and fringe benefits outlined. Additionally, the document discusses zone pay variations depending on the geographical distance from central locations, detailing different pay rates applicable over certain distance zones. Moreover, it covers the wage determination appeals process for any disputes, outlining the steps for requesting reviews or appeals from the Wage and Hour Administrator and the Administrative Review Board. The document serves as a critical resource for contractors bidding on federal projects, ensuring adherence to wage laws and promoting fair labor standards within the building industry.
    The document outlines wage determinations for heavy construction projects in Santa Cruz County, Arizona, under General Decision Number AZ20250053, effective January 3, 2025. It emphasizes compliance with the Davis-Bacon Act and related Executive Orders concerning minimum wage rates. Contracts initiated after January 30, 2022, require a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, mandate at least $13.30 per hour. The document provides detailed classifications and wage rates for various construction roles, such as electricians and laborers, alongside specific fringe benefits. It highlights the appeal process for wage determinations, including initial decisions and options for review or reconsideration by affected parties. Additionally, it specifies that unlisted classifications necessary for contract work can be established post-award. The document serves as a key resource for contractors, ensuring adherence to labor standards and fair compensation for workers on federally funded projects, thus playing a critical role in the landscape of government RFPs and grants.
    The Smithsonian Institution is soliciting proposals for a construction contract to replace the Fred Lawrence Whipple Observatory Dormitory (Project No. 1583808) in Arizona. The contractor will provide supervision, labor, materials, and equipment to complete the construction in accordance with specifications and applicable regulations. The request includes detailed documents and attachments outlining the project’s requirements, including the Construction Time, which spans 520 calendar days from the Notice to Proceed. A pre-bid tour is scheduled, and potential contractors must submit questions for clarifications by a specified deadline. Proposals must be submitted in PDF format with separate files for the technical, cost, and subcontracting plan. The total project funding exceeds $10 million, with $4 million allocated for the initial fiscal year. The solicitation emphasizes inclusion goals, specifically targeting small businesses and service-disabled veteran-owned businesses. Contractors are expected to comply with wage determinations and submit necessary bonding and insurance documents after the award. The RFP outlines various administrative responsibilities and inspection requirements to ensure quality control and compliance throughout the project’s lifecycle.
    The document outlines the format and requirements for a payment bond essential in government contracting, specifically under 40 USC Chapter 31, Subchapter III. It establishes the responsibilities of the Principal (the contractor) and Surety(ies) (the bonding companies), who collectively agree to ensure payment for workers and suppliers involved in the project. Key components include the legal names and addresses of the Principal and Surety(ies), the contractual obligations, and the conditions under which the bond is enforceable. Additionally, it specifies the necessary signatures, liability limitations, and instructions for executing the bond, including corporate and individual surety provisions. The bond must be executed after the contract date, with the penal sum reflecting the bond's value. This document is crucial for ensuring that contractors fulfill financial obligations and protect those supplying labor and materials, thereby maintaining compliance with federal regulations in RFPs and grants.
    The document is a Performance Bond form, primarily utilized for governmental contracts, affirming that the Principal and their Surety(ies) are bound to fulfill obligations under a specified contract. This bond ensures financial security, requiring that the Principal complies with all terms and conditions of the contract while also paying any applicable taxes. It includes legal identification of the Principal and Sureties, detailing their corporation's name, address, and liability limits. The bond becomes void if the Principal meets all contractual obligations and tax requirements. Instructions for proper completion of the form are also provided, emphasizing the necessity of authorized signatures, corporate seals, and adherence to regulations established by the General Services Administration (GSA). The form serves a critical role in assuring the government of the Principal's responsibility in executing projects linked to federal grants and RFPs, reinforcing the contractual integrity required in government-funded undertakings.
    The provided document is a Release of Claims form used by the Smithsonian Institution in conjunction with a Fixed Price Construction Contract. It outlines the contractor's intent to release the Smithsonian from any claims related to the contract, except for specified exceptions, if any. The form requires the contractor to detail any outstanding claims or amounts owed. Two witnesses must sign the document to validate the release, emphasizing the legal acknowledgment of the contractor's waiver of further claims against the Smithsonian. Additionally, if the contractor has assigned claims under the Assignment of Claims Act, a separate release is needed from the assignee. Overall, this form is an essential part of the contract completion process, ensuring that both parties have clarity regarding any financial obligations or claims after contract fulfillment.
    The Smithsonian Institution is seeking proposals for the construction of a new Summit Bowl Dormitory at the Fred Lawrence Whipple Observatory in Arizona, replacing the outdated facility that poses fire risks. The project entails demolishing the existing structure, ensuring compliance with current fire-protection and building standards, and integrating enhanced security systems. Key components include a new dormitory connected to the Commons Building, installation of HVAC, plumbing, and fire suppression systems, alongside a new fire water tank. The construction is projected to take 520 days, with considerations for wildlife mating seasons impacting work schedules. The estimated budget exceeds $10 million, and proposals will be evaluated based on technical capabilities, past performance, and cost control, prioritizing quality and timely delivery. Offerors must comply with all necessary labor regulations and submit their proposals in a specified format by June 23, 2025. This request represents a commitment to modernize the observatory facilities and meet safety standards, pursuing the best value for the federal government.
    Similar Opportunities
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    Solicitation - CUP - Two-Phase Design-Build Acquisition for Modernization and Expansion of Central Utility Plant
    Commerce, Department Of
    The Department of Commerce, through the National Institute of Standards and Technology (NIST), is seeking qualified contractors for a Two-Phase Design-Build Indefinite Delivery, Indefinite Quantity Single Award Task Order Contract (SATOC) aimed at the modernization and expansion of the Central Utility Plant (CUP) at its Gaithersburg, Maryland campus. The project encompasses a comprehensive range of design-build services, including program management, construction, and project closeout, with a focus on enhancing utility capacity and reliability while minimizing disruption to ongoing campus operations. This initiative is critical for upgrading essential infrastructure, ensuring compliance with federal and state regulations, and supporting NIST's mission for sustainable and efficient utility management. Interested parties should contact Brandon Butler at brandon.butler@nist.gov or Teresa Harris at teresa.harris@nist.gov for further details, and are encouraged to monitor SAM.gov for updates and amendments to the solicitation, which is currently in draft form.
    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.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. The objective is to redesign and install a new fire alarm system that complies with NFPA codes, replacing the existing obsolete system, with a contract value estimated between $1,000,000 and $5,000,000. This project is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, emphasizing the importance of engaging small businesses in the construction sector. Proposals are due by December 29, 2025, at 2:00 PM PST, and interested parties should contact Joshua VanSkike at joshua.vanskike@ihs.gov for further information.
    Construction, Demolition, and Renovation BLDG 453 and Installation of Paint Booth
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction, demolition, and renovation of Building 453, along with the installation of a paint booth at Grissom Air Reserve Base in Indiana. This project is categorized as a Competitive 8(a) set-aside, aimed at enhancing facilities critical for maintenance operations, and will require compliance with specific security protocols as outlined in NIST SP 800-171A. The bid opening has been extended to December 5, 2025, with a minimum acceptance period of 299 days following the offer due date, and the estimated period of performance spans from January 5, 2025, to February 4, 2028. Interested contractors should direct inquiries to Cedric Roberts at cedric.roberts@us.af.mil or call 765-688-2818, noting that funding is not currently available and the solicitation may be canceled if funds do not materialize.
    GUIDED MISSILE BUILDING ON SALINAS PEAK, AT WHITE SANDS MISSILE RANGE, SIERRA COUNTY, NEW MEXICO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a guided missile building on Salinas Peak at the White Sands Missile Range in Sierra County, New Mexico. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is classified under the PSC code Y1FB for the construction of recreational buildings. The successful contractor will play a crucial role in supporting military operations by providing essential infrastructure at a key testing and training facility. Interested parties can reach out to Diana Keeran at DIANA.M.KEERAN@USACE.ARMY.MIL or by phone at 505-342-3263 for further details regarding the solicitation process.