“Health and Human Services Office Consolidation”, San Francisco, CA
ID: 47PK0124R0010Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R9 ACQUISITION MANAGEMENT DIVSAN FRANCISCO, CA, 94102, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is soliciting proposals for the "Health and Human Services Office Consolidation" project at the Speaker Nancy Pelosi Federal Building in San Francisco, CA. This project involves comprehensive construction services, including the renovation and reconfiguration of approximately 46,000 square feet of office space, requiring demolition, high-quality interior finishes, and the installation of various mechanical and electrical systems. The initiative aims to enhance workspace efficiency and functionality for the U.S. Department of Health and Human Services, reflecting the government's commitment to optimizing federal office environments. Interested small businesses must submit their proposals by September 23, 2024, with an estimated project cost between $10 million and $20 million. For further inquiries, potential bidders can contact Dan Makowski at dan.makowski@gsa.gov or Daniel Ramirez at daniel.ramirez@gsa.gov.

    Files
    Title
    Posted
    The amendment to Request for Proposals (RFP) No. 47PK0124R0010 for the Health and Human Services Office Consolidation Project outlines significant updates. Issued on August 15, 2024, the amendment serves to extend the deadline for submitting inquiries regarding the solicitation to August 27, 2024, at 4:00 PM (PDT) due to issues concerning access to controlled documents on the SAM.gov website. Additionally, it confirms that the proposal deadline remains unchanged at September 12, 2024, at 4:00 PM (PDT). The pre-proposal conference held on August 15, 2024, is documented, including an attached sign-in sheet and presentations. The amendment stresses agents requesting access to controlled documents must hold the correct SAM.gov roles, explicitly noting that an "administrator" or "data entry" role is required for approval. Failure to comply may hinder access to critical information needed for proposal submissions. All other terms and conditions of the original solicitation remain intact. The amendment highlights the importance of adherence to protocol when engaging with government contracting processes, ensuring that potential contractors are aware of submission and role requirements.
    The document is an amendment to the Request for Proposals (RFP) No. 47PK0124R0010 for the "Health and Human Services Office Consolidation Project" located at the Speaker Nancy Pelosi Federal Building in San Francisco, CA. Issued by the General Services Administration, this amendment, dated September 5, 2024, includes key updates regarding the solicitation. Notably, it addresses inquiries received about the RFP, indicating that responses will be included in a forthcoming amendment. Furthermore, the closing date for proposal submissions is extended to September 19, 2024, at 4:00 PM (PDT). The document emphasizes the importance of acknowledging receipt of this amendment to avoid potential rejection of offers. All other terms and conditions from the original solicitation remain unchanged. Overall, this amendment serves to clarify and modify the timeline and response process for contractors interested in bidding on the consolidation project, reflecting the government's commitment to transparency and stakeholder engagement in the procurement process.
    This document serves as Amendment No. 3 to the Request for Proposals (RFP) No. 47PK0124R0010 for the Health and Human Services Office Consolidation Project at the Speaker Nancy Pelosi Federal Building in San Francisco, CA. The amendment includes several significant changes and updates to the original solicitation, including the incorporation of RFI Questions and Responses, modifications to base contract line item descriptions, updated contact information for authorized representatives, and alterations to the submission format for technical proposals. The eligibility criteria for “Similar Projects” have been adjusted, reducing the minimum required square footage and the number of projects to be submitted. Additionally, various sections of the specifications are revised to reflect changes in project management contacts, sequence of work, and requirements for contractor coordination with Health and Human Services operations. The proposal deadline is extended to September 23, 2024. All other terms and conditions of the original solicitation remain unchanged, underscoring the importance of acknowledging this amendment to avoid rejection of proposals. The amendment reflects the government's intent to clarify requirements and improve project delivery while ensuring compliance with procurement protocols.
    This document serves as Amendment No. 3 for the Request for Proposals (RFP) No. 47PK0124R0010 related to the "Health and Human Services Office Consolidation Project" located in the Speaker Nancy Pelosi Federal Building, San Francisco, CA. The amendment updates the performance timeline specified in the RFP, stating that the Contractor must commence work within one day of receiving the Notice to Proceed and achieve substantial completion within 548 calendar days. Additionally, contract completion must occur within 60 calendar days following substantial completion. The proposal submission deadline remains unchanged, set for September 23, 2024, at 2:00 PM PDT. All other terms and conditions of the original agreement remain in full force and effect. Acknowledgment of this amendment is mandatory for all bidders to avoid the rejection of their proposals.
    The Health and Human Services Office has issued RFP No. 47PK0124R0010 for the "Consolidation Project" located at the Speaker Nancy Pelosi Federal Building in San Francisco, CA. This solicitation is set aside for small businesses and encompasses construction, alteration, and repair work with an estimated budget between $10 million and $20 million. Bids are to be submitted via email by 4:00 PM PDT on September 12, 2024. The awarded contractor must start the project within one day and complete it within 548 days. The RFP specifies that performance and payment bonds are required and all offers must include a detailed price breakdown of specified contract items related to the additional work, furniture purchase, installation, and existing furniture relocation. The contract will be administered by the General Services Administration, under strict compliance with federal regulations. This RFP represents a significant opportunity for small businesses and demands a detailed understanding of construction requirements and financial obligations.
    The government document outlines the Request for Proposal (RFP) No. 47PK0124R0010 for a construction project titled “Health and Human Services Office Consolidation Project” located at the Speaker Nancy Pelosi Federal Building in San Francisco, CA. The project has an estimated cost range of $10 million to $20 million and is set aside for small business concerns as per federal regulations. Contractors are required to complete the project within 548 calendar days following the award. Interested parties must submit offers via email by 2:00 PM PDT on September 23, 2024. The document specifies the need for performance and payment bonds and outlines the required format for offers, including a breakdown of prices for various construction items. The offer must include detailed costs for base contract items related to demolition, lighting upgrades, and furniture installation, guided by provided specifications and drawings. The RFP emphasizes compliance with all work requirements included in the solicitation, underlining the importance of accuracy in pricing and commitment to timelines. This process aims to enhance federal facilities while ensuring opportunities for small businesses in federal contracting.
    The document details a request for proposals (RFP) for furniture procurement for the Health and Human Services Agency, specifically for the Speaker Nancy Pelosi Federal Building in San Francisco. It outlines a comprehensive bid sheet categorizing furniture needs across multiple building levels, with specifications on quantities, descriptions, materials, and color schemes. Key items include various types of workstations, office chairs, conference tables, and collaboration spaces. The proposal emphasizes the need for furniture to accommodate specific design and functional criteria, ensuring compliance with building standards regarding ventilation and circulation. Additionally, the document specifies requirements for existing furniture relocation and installation, adhering to ergonomic and aesthetic considerations. The RFP serves to enhance workspace functionality and comfort within government offices, reflecting a commitment to improving employee work environments. The structured inventory across different levels illustrates a strategic approach to address diverse organizational needs at the facility, ensuring a well-coordinated furnishing plan that aligns with overall building aesthetics and operational efficiency.
    The document outlines requirements and procedures related to submitting bids for government contracts that necessitate a bid guaranty. It specifies the necessary components of the bond, detailing aspects such as the legal identity of the principal, the obligations of sureties, and the relevance of seal affixation during execution. The bond amount may be expressed as a percentage of the bid price, ensuring adherence to caps outlined by the government. Corporations acting as sureties must be recognized by the Department of the Treasury, and individual sureties are required to submit supporting affidavits. This regulatory framework is crucial in maintaining the integrity of the bidding process and protecting government interests during contractual dealings. The document serves as a vital guide for contractors to understand their responsibilities and requirements when engaging in federal and state procurement processes.
    The document outlines a federal Request for Proposals (RFP) and associated financial and organizational information essential for potential vendors. It encompasses instructions on public reporting duties, including the estimated time required for data collection and management. Key sections detail requirements for submitting financial statements, listing contracts in force, previous jobs completed, and suppliers from whom surety bonds can be obtained. Additionally, it requests pertinent ownership and partnership details, ensuring transparency in financial capabilities. The document emphasizes the necessity of providing accurate financial snapshots to establish credibility and secure government contracts, aligning with compliance standards. It requires detailed breakdowns of current and long-term liabilities, assets, and previous contract performance, enabling a comprehensive evaluation of vendors' qualifications and fiscal health. Such extensive documentation is pivotal in the administration's decision-making process for funding allocation and project management, ensuring engagements are made with financially sound entities. In essence, the file serves as a structured framework for gathering critical vendor information in support of government contract opportunities.
    The PBS Past Performance Questionnaire, dated July 2014, serves to assess a contractor's performance in federal contracts. It includes sections for contractors to provide essential information such as firm name, contact details, project descriptions, and contract specifics. Clients are tasked with evaluating the contractor's performance across various aspects, including quality, timeliness, customer satisfaction, management, financial handling, safety, and sustainability. The questionnaire outlines specific criteria for rating performance on a scale from Exceptional to Unsatisfactory. Clients must also provide a narrative with additional observations regarding the strengths and weaknesses of the contractor, and indicate whether they would engage with the contractor again. The structured format encourages detailed feedback while allowing for a comprehensive evaluation of past performance, which is vital for future contract considerations in adherence to government regulations. Ultimately, this document aims to ensure informed decision-making in contractor selection for government projects.
    The "Consolidation Project" by the Health and Human Services Office in San Francisco involves wage determinations for construction projects under RFP No. 47PK0124R0010. It outlines wage rates and fringe benefits for various skilled labor classifications (including construction types such as building, heavy, and highway) across specified California counties. Compliance with the Davis-Bacon Act is required, dictating minimum wage rates based on Executive Orders, namely 14026 and 13658. For contracts initiated after January 30, 2022, the minimum wage is set at least at $17.20 per hour. The document includes detailed breakdowns of wage rates for numerous roles, such as electricians, carpenters, and asbestos workers, along with specific regional distinctions. It emphasizes the importance of conformance requests for any classifications not present in the wage determination. This structured wage guide is essential for contractors involved in federal projects, ensuring labor standards and workforce protections are upheld during the consolidation efforts.
    The General Services Administration (GSA) and Health and Human Services (HHS) are planning a renovation of the Speaker Nancy Pelosi Federal Building in San Francisco aimed at improving workplace functions and collaboration. The project seeks to optimize space efficiency by reorganizing areas to support diverse work activities, ensure inclusivity, and promote a conducive work environment that aligns with the HHS Design Guide and Re-Imagine Initiative. Key design principles include creating open environments to foster collaboration, incorporating biophilic elements to enhance natural connectivity, and ensuring accessibility through universal design. The renovation will maintain original structural elements while modernizing interior finishes, utilizing sustainable materials, and improving mechanical systems for energy efficiency. The report outlines specific guidelines for office layouts, materials, and technologies, addressing factors such as space for interaction, natural light, and comfortable airflow. This initiative reflects a shift towards shared workspaces post-pandemic, reinforcing themes of resilience and flexibility. Overall, the project aims to enhance HHS's operational effectiveness, employee wellbeing, and environmental responsibility while meeting federal standards.
    The document outlines the Program of Requirements for tenant improvements at the Speaker Nancy Pelosi Federal Building, specifically addressing the needs for the Department of Health and Human Services (HHS). It details the spatial requirements for various HHS divisions, including the allocation of private offices (PO), workstations (WS), shared offices (SO), and collaboration areas across multiple suites. The total usable square footage (USF) for each division is provided, alongside the specific numbers of desking types, enclosed rooms, support areas, and circulation space. Key divisions outlined include the Cost Allocation Services (CAS), Health Resources and Services Administration (HRSA), and Centers for Medicare & Medicaid Services (CMS), among others. Each suite’s program summary specifies the quantity and USF for distinct workspace types, emphasizing a blend of collaborative and private work environments essential for effective operations. The document serves as a comprehensive reference for federal requirements in the context of government RFPs, linking physical infrastructure needs with organizational objectives. It reflects the federal focus on creating functional, compliant, and collaborative workspaces that align with contemporary working practices.
    The GSA Health and Human Services Office Consolidation project at 90 7th Street, San Francisco, involves the renovation of underutilized office space for the U.S. Department of Health and Human Services. The project, designed by studio 2G Architects, will be delivered through a Design/Bid/Build method and is structured in phases, with completion of specific suites by June 15, 2025. The contractor must comply with extensive work restrictions, including maintaining safety and health measures, coordinating notifications, minimizing disruption to government operations, and adhering to utility service interruption plans. The document outlines key administrative procedures such as project management through the GSA Project Management Information System, detailed payment processing procedures, and strict regulations surrounding site access and use. Substitution procedures allow for proposed changes to products or methods where necessary, ensuring compatibility and efficiency. Additionally, a comprehensive waste management plan is required to maximize recycling efforts during construction. Overall, this project reflects the government's commitment to optimizing workspace while ensuring safety, compliance, and efficient management throughout its execution.
    This document outlines the procedures for contract modifications in construction projects managed by the General Services Administration (GSA) and affiliated agencies. It defines a contract modification or change order as a written agreement between the Construction Manager (CMa), the GSA Contracting Officer (CO), and the Contractor, detailing changes in work, costs, and project timelines. The document categorizes modifications into bilateral and unilateral types, specifying initiation methods such as Proposal Requests, Architect's Supplemental Instructions, and Construction Change Directives. Key processes include documenting the proposed changes, evaluating their impacts, and achieving consensus before formalizing adjustments through signed change orders. Specific attention is given to minor changes that do not alter costs or timelines, and the document also addresses necessary records maintenance. Additionally, it establishes guidelines for tracking pending changes and implementing administrative modifications that don't affect contract specifications. This framework aims to ensure transparency, accountability, and adherence to government standards, facilitating clear communication during project execution and modification of contracts.
    This document outlines the requirements for temporary facilities and controls relevant to a construction project, focusing on utilities, support facilities, and necessary protective measures. Contractors may use the government’s water, sewer, and electric systems without incurring charges. They are responsible for maintaining and protecting these facilities until government acceptance. Key components include temporary lifts and hoists, fire protection, environmental safeguards, and signage. Installation mandates the use of qualified personnel and the establishment of protocols for material protection, waste disposal, and fire safety, following regulations such as NFPA standards. Specific materials and equipment are mandated, including temporary tarpaulins, signage materials, and fire extinguishers. Temporary protection measures encompass fire risk management, barricades for safety, and environmental considerations to mitigate pollution. The document emphasizes compliance with legal and safety standards while prioritizing clear communication and effective management of construction activities. Overall, it is a directive for ensuring safe and efficient construction operations within government projects, highlighting responsibilities and procedural compliance for contractors.
    This document outlines the administrative and procedural requirements for Contractors regarding Project Record Documents for a federal construction project involving the U.S. Department of Health and Human Services. It specifies that all Project Record Documents, including marked-up contract drawings, specifications, product data, and building information models (BIM), must be maintained and submitted to the Government through the Project Management Information System (PMIS). The Contractor is responsible for documenting all changes to the project, providing hard and electronic copies, and ensuring accessibility to the GSA throughout the execution of the project. Procedures for marking drawings, organizing records, and submitting various types of product data and specification records are detailed. Additionally, various miscellaneous records must be maintained, such as drainage elevations, testing results, and certifications. Emphasis is placed on documenting as-built conditions and integrating new drawings when original documents are insufficient. This rigor in record-keeping is essential for final project acceptance and successful project management in compliance with federal standards.
    This document outlines the requirements for creating operation and maintenance documentation for various systems and equipment utilized by the U.S. government, specifically the Department of Health and Human Services. It emphasizes the importance of comprehensive manuals, which include instruction on care, maintenance, troubleshooting, emergency procedures, and inventories for equipment and finishes. Key highlights include submission protocols, quality control measures, and a detailed outline of the essential content needed in each manual, such as descriptions, operating procedures, maintenance schedules, and emergency instructions. The document also specifies formats for submission, including both electronic and hard copies, and emphasizes the need for training government personnel in these systems prior to substantial completion of projects. Organized into sections, it covers administrative requirements, manual preparation, integration of building information modeling (BIM), and adherence to federal standards. This structured approach ensures that government operations can maintain high functionality and safety standards while following regulatory guidelines.
    The document outlines the Building Information Modeling (BIM) with Common Data Exchange (CDX) and Construction Operations Building information exchange (COBie) national standard required for projects under the U.S. General Services Administration (GSA). It specifies that compliance with these BIM requirements is crucial throughout design and construction phases, linking project funding to the timely submission of BIM, CDX, and COBie data. Key components include the necessity for a BIM Execution Plan (BEP) that must be approved by the GSA, regular updates to models reflecting changes during construction, and the establishment of a BIM & COBie Manager to oversee compliance and integration of 3D modeling and COBie standards into project workflows. Submissions must be delivered electronically and adhere to GSA standards to ensure operational efficiency and successful project closeout. The document emphasizes the importance of managing electronic documents and maintaining a consistent quality assurance approach to meet governmental expectations. Overall, it serves as a guide for government contractors to execute projects that require adherence to advanced BIM methodologies, ensuring proper data management and compliance with federal protocols.
    This section outlines the framework for training and demonstration programs required for Government operation and maintenance (O&M) personnel, adhering to the Federal Buildings Personnel Training Act. Key components include compliance with the FBPTA, comprehensive training on systems, subsystems, and equipment operation, as well as the creation of instructional materials, including video recordings. Submittals must encompass an instructional program outline, facilitator and instructor qualifications, attendance and evaluation records, and digital media of training sessions. Quality control standards specify that facilitators and instructors must have relevant experience and qualifications. Instruction will be coordinated with Government operations to minimize disruptions, with training modules tailored to the specific needs of each building and equipment. The training structure emphasizes documentation, operation manuals, emergency procedures, and maintenance instructions, ensuring participants master critical skills. The document serves as a guideline for federal RFPs regarding training in O&M for various systems and equipment, ensuring that all training is well-structured, documented, and delivered effectively to enhance the capability of Government personnel in maintaining facilities.
    Studio 2G Architects has outlined a Statement of Work (SOW) for furnishing the GSA HHS Speaker Nancy Pelosi Federal Building in San Francisco, CA. The project involves providing furniture design consultation, procurement support, and project management services for multiple floors of the building, totaling approximately 57,000 square feet and accommodating up to 193 employees. The SOW details the requirements for office workstations, seating, storage, and other furniture items, emphasizing the need for design coordination, installation management, and adherence to project timelines. Key specifications include the creation of installation drawings, a Bill of Materials (BOM), and compliance with GSA standards regarding the handling and installation of furniture. The contractor is tasked with maintaining a project schedule, ensuring effective communication with GSA representatives, and managing data cabling and electrical installations. Emphasis is placed on cleanliness and damage prevention during the installation process. Overall, the document serves as a comprehensive guide for contractors responding to the solicitation, detailing the expectations, project management protocols, and deliverables necessary for a successful execution of the office furnishing project. This initiative exemplifies the government's focus on enhancing workplace environments within federal buildings.
    The document outlines the responsibilities for furniture relocation within the Speaker Nancy Pelosi Federal Building (SNPFB) as part of the upcoming construction projects scheduled for November 2023. It specifies tasks relating to the moving of office and huddle room furniture, delineating responsibilities between the Department of Health and Human Services (HHS) and contractors. Each furniture item identified for reuse is paired with its current location, storage location, and new location, along with the requisite responsibilities for removing personal items and protecting furniture during construction. The document indicates that contractors are responsible for relocating furniture to on-site storage prior to construction, while also moving items to their final locations post-construction. Several rooms are listed with a summary of the furniture to be reused and specific tasks required from HHS and contractors. It is crucial for proper coordination during the construction process to ensure furniture is managed effectively, demonstrating adherence to plans in federal government operations, especially concerning space and resource management in a formal RFP context.
    The HHS Furniture Inventory document, dated October 18, 2021, provides a comprehensive catalog of furniture across various floors, detailing the quantity and distribution of workstations and desks within the HHS facilities. The document is structured by floor, specifying types of furniture, their locations, and quantities. For instance, the inventory lists a total of 279 workstations and 118 desks, alongside a breakdown of items on different floors, such as W-1A and W-1C workstations found on the 3rd and 4th floors, respectively. A general note clarifies that the inventory reflects the arrangement on August 9-13, 2021, while also noting that any changes post-inventory are not accounted for. The purpose of this document aligns with the management and allocation of federal resources under government RFPs and grants, ensuring that assets meet current operational needs and compliance requirements. By assessing furniture distribution, HHS can effectively plan for future space usage, replacements, or consolidations as part of their organizational efficiency efforts.
    The document details an artwork relocation project involving various departments within the U.S. Department of Health and Human Services (HHS) as part of the Speaker Nancy Pelosi Federal Building's consolidation efforts. It outlines logistics for the moving of artwork, including packing, storage, and final placement in new suites. The artwork inventory comprises pieces from different agencies, each with specified numbers of pictures, current locations, and proposed moves. Key details include the American Community Foundation (ACF) retaining 31 artworks for a new suite while relocating the rest to a conference area, and the Centers for Medicare & Medicaid Services (CMS) having 150-200 pieces currently stored for completion of their move. Other agencies like HRSA, OCR, and ORD detail similar plans for transferring their artworks to designated new locations. The document provides crucial logistical information pertinent to the relocation process as part of federal property management, ensuring proper handling and placement of these items during the transition. Overall, it serves as a structured inventory guide for an organized and efficient move within government spaces.
    The U.S. General Services Administration has issued Solicitation No. 47PK0124R0010 for a construction contract related to the Health and Human Services Office Consolidation Project at the Speaker Nancy Pelosi Federal Building in San Francisco, CA. The solicitation includes a Master Request for Information (RFI) list addressing key project specifications and requirements. A pre-proposal conference is scheduled for August 15, 2024. Important details include the necessity for contractors to have access to controlled documents on sam.gov, the project’s use of both metric and imperial measurement systems, and responsibilities for phasing and coordination with the GSA project manager. The document emphasizes compliance with the Davis-Bacon Act for wage determinations and specifies submission protocols for quotes and proposals. Clarifications regarding technical specifications, including electrical wiring standards and furniture responsibilities, reinforce adherence to existing building codes. The complexity of the project necessitates clear communication among stakeholders to meet established timelines and regulations. Overall, this solicitation reflects the GSA's commitment to a meticulous construction process that aligns with governmental standards and promotes efficient inter-agency collaboration.
    The "Health and Human Services Office Consolidation Project" is an RFP issued by the General Services Administration (GSA), requiring proposals from small businesses for construction at the Speaker Nancy Pelosi Federal Building in San Francisco, CA. The solicitation's release date is August 1, 2024, with bids due by September 12, 2024. A pre-proposal conference is scheduled for August 15, 2024, where potential bidders may tour the site and get additional information. The project requires completion in 548 calendar days and imposes daily liquidated damages of $3,500 for delays. A considerable price range for the project is estimated between $10 million and $20 million. The RFP outlines a series of requirements for submissions, including experience in similar projects, key personnel qualifications, and past performance evaluations. Proposals must include a price and technical proposal alongside various certifications and forms. The GSA emphasizes the importance of past performance and contractor experience while also adhering to the Buy American Act and Affirmative Action compliance. The evaluation of offers will consider both price and non-price factors, with a focus on providing best value to the government. This consolidation project reflects ongoing efforts to enhance federal office efficiency and workspace functionality.
    Similar Opportunities
    Mid-Atlantic Social Security Center (MATSSC) Plaza Renovations Construction Project
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking qualified small businesses for the Mid-Atlantic Social Security Center (MATSSC) Plaza Renovations Construction Project in Philadelphia, Pennsylvania. The project involves a comprehensive renovation of the north and south plazas, including structural repairs, landscaping, hardscaping, and the installation of site lighting and irrigation systems, with an estimated construction cost between $10 million and $20 million. This opportunity is significant as it aims to enhance the functionality and aesthetics of the MATSSC, funded under the Inflation Reduction Act (IRA). Interested contractors must submit their responses by 12:30 p.m. on September 24, 2024, via email to Dana Douglas and MaryAnne Potok at the provided addresses.
    Hilfiker Wall Repairs Project, Sault Ste. Marie, MI
    Active
    General Services Administration
    The U.S. General Services Administration (GSA) is soliciting proposals for the Hilfiker Wall Repairs Project at the Land Port of Entry in Sault Ste. Marie, MI, with an estimated contract value between $1,000,000 and $5,000,000. The project aims to address structural issues with the Hilfiker mechanically stabilized earth retaining wall, including bulging wire baskets and poor drainage, by constructing a new earth retention soil nail wall and re-sloping the concrete parking area above. This procurement is set aside for small businesses and emphasizes the use of low embodied carbon materials in compliance with the Inflation Reduction Act, requiring contractors to submit a detailed Sustainability Factor Table. Interested parties must register in SAM.gov and submit their proposals by November 8, 2024, with a pre-proposal conference scheduled for July 9, 2024. For further inquiries, contact Sherri Turner at sherri.turner@gsa.gov or Rebecca Schultz at rebecca.schultz@gsa.gov.
    Construction Management Services
    Active
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for Construction Management Services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative aims to enhance GPO's project management capabilities for construction projects, particularly for the renovation of GPO Building D, by providing necessary labor, materials, supervision, and operations over a five-year period, with a total ceiling price of $10 million. The selected contractor will be responsible for delivering project management plans, progress reports, and quality assurance monitoring, ensuring compliance with contract specifications and effective project execution. Interested offerors must submit their proposals, including a Past Performance Questionnaire, by September 19, 2024, and can contact Sae Jeong at sjeong@gpo.gov or Troy White at twhite@gpo.gov for further information.
    Hammond Atrium Window Wall and Sloped Canopy Renovations
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the renovation of the Atrium Window Wall and Sloped Canopy at the U.S. Courthouse in Hammond, Indiana, under Solicitation No. 47PF0024R0090. The project aims to enhance structural elements and improve the facility's overall integrity, with an estimated budget ranging from $1,000,000 to $2,500,000. This initiative is part of the government's commitment to upgrading public infrastructure, ensuring compliance with federal regulations, and maintaining high standards in construction practices. Proposals are due by October 4, 2024, at 5:00 PM Central Time, and interested contractors can reach out to Benjamin Maclay at benjamin.maclay@gsa.gov or Kathern Williams at Kathern.Williams@gsa.gov for further information.
    GSA seeks approximately 1,600 USF of office space in Saipan Islands
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease approximately 1,600 square feet of office space in Saipan, Northern Mariana Islands. The procurement requires a space that meets specific government standards for fire safety, accessibility, seismic stability, and sustainability, while also being located outside the 1-percent annual chance floodplain. This opportunity is crucial for ensuring the GSA's operational needs are met in compliance with federal regulations, facilitating effective project planning and execution in the region. Interested entities must submit expressions of interest by September 29, 2024, with a market survey estimated for November 15, 2024. For further inquiries, contact Sakawrat Kitkuakul at sakawrat.kitkuakul@gsa.gov or call 808-853-8252.
    Building 67 Consolidation
    Active
    General Services Administration
    Presolicitation GENERAL SERVICES ADMINISTRATION is planning a consolidation project at Building 67 on the Denver Federal Center. The project aims to remodel the building and house approximately 1,029 federal employees and contractors within 169,785 rentable square feet. The objective is to obtain the services of a qualified Design Build firm to perform architectural and engineering design services. The estimated value of the design-build contract is between $10,000,000 and $15,000,000, with a duration of approximately 24 months. The project will require the relocation of employees into swing space while construction takes place, with minimal impact on tenant mission. The design build scope of work includes all labor, materials, design, engineering, construction, commissioning, and other related services necessary to support the consolidation effort and upgrade the finishes within the tenant spaces. The General Services Administration (GSA) intends to award a firm fixed-price, Design-Build contract for the Building 67 Federal Building Consolidation Project, located in Lakewood, CO. The project will follow the Best Value Design-Build Selection Procedures and will conform to the P-100 Facility Standards for Public Buildings and all other applicable building codes and standards. The DB team will be selected through a best value/tradeoff selection process and will work closely with all stakeholders to deliver an economical and operationally efficient building.
    Full Roof Replacement
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for a full roof replacement project at the 11 West Quincy Court Federal Building in Chicago, Illinois. This project involves the removal of the existing roof system, concrete deck repairs, and the installation of a new conventional roof system, with a focus on utilizing local labor and materials in compliance with the Buy American Act. The estimated budget for this project ranges from $1,000,000 to $3,000,000, and proposals are due by October 3, 2024, following a pre-proposal conference on September 10, 2024. Interested contractors should contact Robert "Mickey" Boyle at Robert.Boyle@gsa.gov or 312-385-3000 for further details.
    Ysleta Land Port of Entry Pavement Replacement Repairs Project
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking qualified small business contractors for the Ysleta Land Port of Entry Pavement Replacement Repairs Project in El Paso, Texas. The project involves the repair and replacement of approximately 397,975 square feet of concrete pavement, including the removal of existing materials and complete reconstruction to specified depths, along with additional tasks such as traffic control and temporary pavement installation. This initiative is part of a broader effort to enhance infrastructure efficiency and sustainability, aligning with the goals of the Inflation Reduction Act of 2022, which emphasizes the use of low-embodied carbon materials. Interested contractors must submit their proposals by October 17, 2024, with an estimated project value between $10 million and $15 million. For further inquiries, potential bidders can contact Jason Gerloff at jason.gerloff@gsa.gov or by phone at 817-201-8269.
    General Services Administration (GSA) seeks to lease the following space to be used as a Community Outpatient Clinic (CBOC) by the Department of Veterans Affairs in Philadelphia, PA
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease space for a Community Outpatient Clinic (CBOC) to be utilized by the Department of Veterans Affairs in Philadelphia, Pennsylvania. The required space must be between 25,000 and 29,000 square feet, located within a delineated area that includes specific geographical boundaries, and must meet various accessibility and safety standards. This procurement is crucial for providing healthcare services to veterans, ensuring they have access to necessary medical facilities within a suitable environment. Interested parties must submit their expressions of interest by September 30, 2024, with occupancy anticipated in December 2026. For further inquiries, contact Jessica Herring at jessica.herring@gsa.gov or (215) 307-6889.
    B9101 GPO Renovation and NASA Roof Replacement, Stennis Space Center, Mississippi (Hancock County)
    Active
    Dept Of Defense
    The US Army Engineer District Mobile announces a forthcoming total small business set-aside procurement for construction and renovation services at the Stennis Space Center in Mississippi. With an estimated cost between $10 million and $25 million, the project involves expanding printing operations, replacing roofs, and renovating administration offices for the GPO. The solicitation will be issued as a Firm Fixed Price contract and will be available for download around October 2024. Interested parties must register on the PIEE platform to access the solicitation details and respond. The process involves digital submissions and bidders must ensure they follow the specified guidelines.