MARAD 2 DOT NDRF WHARF
ID: 47PH0524R0093Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R7 NON-PROSPECTUS - EASTERNLITTLE ROCK, AR, 72201, 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 renovation of the Maritime Administration (MARAD) facilities at the DOT Warehouse located in New Orleans, Louisiana. The project involves extensive renovations, including demolition of existing interior finishes, removal of hazardous materials, and installation of new mechanical, electrical, and plumbing systems, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is a 100% Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses while ensuring compliance with federal contracting standards. Interested firms must submit their proposals by September 5, 2024, and are encouraged to attend a site visit scheduled for July 25, 2024. For further inquiries, contact Mark Blanco at mark.blanco@gsa.gov or Roderick Blouin at roderick.blouin@gsa.gov.

    Files
    Title
    Posted
    The document outlines the Project Waste Management Plan for the warehouse renovation associated with the HB MARAD 2 DOT NDRF initiative, managed by Peter L. Longerich. The plan emphasizes the importance of waste diversion, aiming for a 50% diversion rate for various construction materials such as asphalt, concrete, and drywall, amongst others. Although actual diversion figures are currently listed as zero, the document specifies that a detailed Waste Diversion Plan must be submitted prior to construction and a final waste report during project close-out. Further details include a volume-to-weight conversion table to assist in the accurate measurement of diverted materials and guidelines indicating that only non-hazardous materials are to be included in the report, exempting hazardous substances like asbestos. Compliance with GSA mandates is necessary for tracking diversion metrics throughout the project. This plan not only seeks to mitigate waste generation during construction but also highlights the government's strategic commitment to sustainability within federally funded projects by encouraging material reuse and recycling practices.
    The PBS Past Performance Questionnaire is designed for federal contractors and clients to evaluate contractor performance for specific projects. The questionnaire collects key project information, including contractor details, contract type, award date, completion dates, and project descriptions, while categorizing the nature of work completed. Clients are instructed to rate the contractor's performance against various criteria, including quality of work, timeliness, management, safety, and overall customer satisfaction using a rating scale ranging from "Exceptional" to "Unsatisfactory." Clients must submit their completed evaluations directly to the General Services Administration (GSA) by the specified deadline. This document serves to gather feedback for the evaluation of past contractor performance, ensuring transparency and accountability in future contract awards related to federal RFPs and grants, promoting effective project execution, and safeguarding taxpayer interests.
    The document outlines the qualifications and financial information required from contractors who wish to engage with the U.S. General Services Administration (GSA) for government contracts. It includes comprehensive sections detailing the organization's basic information, type, ownership, financial statements, debts, and existing contracts. Key aspects include the need for accurate reporting on ownership stakes, tax ID numbers, financial health—including balance sheets and income statements—and any history of bankruptcy or legal issues. Additionally, it requires disclosures related to existing debts owed to the government and the status of any federal funding received. The certification section ensures that the provided information is accurate, with a commitment to notify the GSA of any material changes in financial condition. By gathering this information, the GSA aims to assess the financial reliability and responsibility of contractors, which is vital for federal RFP processes and grant management.
    The file contains a wage determination for various construction workers in Louisiana, effective from various dates between 2013 and 2024. It establishes prevailing wage rates for different construction classifications, including asbestos workers, electricians, elevator mechanics, ironworkers, and plumbers, along with corresponding fringe benefits. The rates are divided into union rates, survey rates, union average rates, and state-adopted rates, with different effective date ranges. The document also outlines a hierarchical appeals process for challenges, beginning with the Branch of Construction Wage Determinations and culminating with the Administrative Review Board. Additionally, it mentions minimum wage requirements under Executive Orders and paid sick leave provisions for federal contractors, with links to relevant resources.
    The GSA Solicitation No. 47PH0524R0093 outlines the requirements for offerors submitting proposals for federal contracting related to building construction. Key aspects include the identification of the applicable North American Industry Classification System (NAICS) code, which is 236220 for commercial and institutional building construction. The document details small business eligibility criteria, including revenue thresholds and employee counts for different procurement scenarios. The solicitation references various Federal Acquisition Regulation (FAR) provisions concerning representations and certifications, such as obligations regarding independent price determination, compliance with labor standards, and certifications related to telecommunications equipment. Offerors must provide their Commercial and Government Entity (CAGE) codes and verify their registration in the System for Award Management (SAM). Additionally, the document mandates disclosure of any involvement in federal contracts exceeding $10 million and requires relevant certifications regarding compliance with national arms control treaties. The emphasis on accuracy in representations reflects the federal government's standards for integrity in procurement. This solicitation demonstrates the government's rigorous compliance requirements to ensure ethical practices in awarding contracts.
    The government file outlines a comprehensive proposal summary for a project corresponding to a specific Request for Proposal (RFP) number. It details the financial breakdown across various construction divisions, encompassing aspects such as material, labor, equipment, and additional costs like overhead and profit. Each division, ranging from existing conditions to utilities, lists expected costs, although all figures are currently marked as zero, indicating an incomplete or draft status. The document is structured to include general requirements and conditions, followed by a detailed work item description, which includes quantities, unit rates, and totals for each task. The purpose of this document is to synthesize project costs and provide a framework for responding to governmental RFPs, emphasizing the need for a well-defined financial plan. The proposal serves as an important tool for contractors aiming to align their bids with federal, state, and local government requirements, ensuring transparency and accountability in funding for construction projects. It underscores the importance of adhering to established divisions and financial delineations in the bidding process.
    The document serves as a detailed project description and construction documentation for the renovation of two floors of office space in the existing warehouse located in New Orleans, Louisiana. The project involves the relocation of the 66518 BOGGS MARAD to the DOT WAREHOUSE, focusing on enhancing office functionality and compliance with necessary codes and standards. Key project elements include demolition plans to remove existing fixtures, electrical and mechanical systems, and structural alterations to accommodate new layouts while preserving certain existing elements. The document outlines project timelines, responsibilities for existing utility verification and demolition waste recycling, and applicable building codes to ensure compliance with safety and design requirements. The precise architectural and engineering drawings included offer guidance on construction techniques, necessary permits, and a clear assessment of the renovation goals. Overall, the project emphasizes a commitment to achieving a modernized and compliant workspace for government use.
    The document pertains to the renovation of two floors of office space within the existing warehouse at Wharf 3, New Orleans, Louisiana, specifically targeting Bays 43, 44, and 45. It outlines the project details including submission dates for design documents as part of the federal government's architectural and engineering review process, with emphasis on compliance with appropriate building codes and standards such as the International Building Code and Americans with Disabilities Act guidelines. The renovation includes significant demolition work, structural and design changes, and the installation of new mechanical, electrical, plumbing systems, along with modernization of existing facilities. The document highlights the necessity for effective coordination with existing tenants, adherence to environmental and safety considerations during demolition, and recycling of materials. In particular, the documentation also specifies various construction and design requirements, emphasizing the need for detailed plans to ensure that all modifications meet structural integrity standards and relevant safety codes, thus reflecting the government's commitment to maintaining and improving public buildings efficiently and sustainably.
    The government file outlines the relocation of the Boggs MARAD to the DOT Warehouse at Wharf 3 in New Orleans, Louisiana, as part of GSA Project No. 66518. The document includes a comprehensive design submittal that details the project’s general requirements, existing hazardous materials, and structural specifications, dated October 18, 2023. A significant focus is on the assessment of hazardous materials, including asbestos, lead-based paint, and polychlorinated biphenyls (PCBs), identified in a survey conducted by Professional Service Industries, Inc. Analyzed samples revealed the presence of asbestos and lead content exceeding regulatory limits, indicating necessary precautions for handling and remediation. The findings emphasize compliance with federal, state, and local regulations regarding hazardous materials, highlighting the importance of health and safety in construction operations. This assessment is essential for ensuring safe renovation practices and regulatory adherence during the facility's relocation and subsequent work.
    The document outlines the relocation of the Boggs Maritime Administration (MARAD) to the DOT Warehouse in New Orleans, Louisiana, under GSA Project No. 66518. The construction specifications, completed on November 16, 2023, detail technical requirements, include design documents from PDG Architects, and a comprehensive table of contents covering project management, existing hazards, construction materials, and contractor evaluation criteria. Ensuring safety, the project includes evaluations of prior hazardous material assessments, focusing on asbestos, lead paint, and other regulated substances identified by a prior survey. The findings revealed the presence of asbestos in multiple materials and lead-based paint exceeding regulatory levels. Special handling instructions for hazardous materials are provided, emphasizing strict compliance with federal and local regulations during construction. The document serves as an essential guide for contractors, highlighting safety mandates and project management protocols while promoting environmental health standards during renovation efforts. This summary encapsulates the project's objectives, hazards, and compliance needs, reflecting the importance of safe and responsible construction practices in government projects.
    The U.S. General Services Administration (GSA) is soliciting proposals for a construction project, specifically the renovation of the Maritime Administration (MARAD) facilities at Wharf 2143350. Located at 38 Poland Wharf, New Orleans, LA, the project includes a complete buildout and provisions for furniture, adhering to coordinated work schedules that minimize disruptions to daily operations. Key elements involve a thorough review of construction drawings and specifications, ensuring compliance with safety measures throughout the process. Contractors are responsible for providing necessary equipment, labor, and materials, while maintaining cleanliness and protection of existing facilities. The scope also requires managing hazardous materials, including lead and asbestos, through specialized abatement services. Construction is expected to take a maximum of 210 days, with penalties for delays. Sustainability goals emphasize green purchasing practices and waste diversion, ensuring at least 50% of waste is reused or recycled. As part of the project, ensuring compliance with safety, accessibility, and energy efficiency standards is critical. The document serves as a directive for potential contractors, detailing expectations for proposal submissions and project execution within a federal guideline context, showcasing the GSA’s commitment to enhancing government facilities sustainably and efficiently.
    The GSA Solicitation No. 47PH0524R0093 outlines the requirements for a construction contract to renovate and relocate the Hale Boggs Maritime Administration to the Department of Transportation Warehouse. This solicitation is set entirely aside for small business concerns and mandates submission of proposals by August 29, 2024. A pre-proposal conference is scheduled for July 25, 2024, in New Orleans, LA. The project’s estimated price range is between $1,000,000 and $5,000,000, and bidders must provide a bid guarantee that constitutes 20% of their bid price or $3 million, whichever is less. Proposals are evaluated based on a Lowest Price Technically Acceptable (LPTA) method, considering past performance, key personnel qualifications, and the proposed construction schedule. Offerors must demonstrate relevant past experience and submit technical and price proposals, alongside required certifications and financial information. The document emphasizes the importance of adherence to safety, environmental, and contractual regulations, including compliance with affirmative action requirements and the Buy American Act. This solicitation highlights the government’s commitment to support small businesses while ensuring effective project execution and compliance with federal contracting standards.
    The document outlines the General Services Administration's (GSA) construction project pertaining to the renovation of the Boggs MARAD facility, which is being relocated to the Department of Transportation Warehouse in New Orleans, LA. It establishes a comprehensive agreement detailing project information, contractual terms, conditions, pricing, and associated clauses. Key components include the contractor's responsibilities, timeline for completion (substantial completion within 520 days), and a liquidated damages provision of $250 per day for delays. The contract emphasizes compliance with government regulations, including the Buy American Act and various federal contracting standards such as insurance requirements, prompt payment provisions, and restrictions on subcontracting. The importance of safeguarding controlled unclassified information (CUI) is highlighted, necessitating strict access protocols and documentation management. This contract illustrates typical governmental processes for soliciting renovation services, ensuring adherence to legal standards while striving for efficiency and compliance. Its structure is organized into project details, pricing mechanisms, terms and conditions, and contract clauses, making it imperative for contractors to understand their obligations and the regulatory framework governing their work.
    This document outlines a solicitation for construction-related services related to relocating Boggs MARAD to the DOT Warehouse in New Orleans, Louisiana. It includes a standard solicitation form, with specific details regarding the project, such as the project number, requisition information, and the requirement for the contractor to begin work within a specified timeframe. Key components include a sealed bid requirement, the need for performance and payment bonds, and the necessity for offers to be submitted by a specified date and time. The solicitation emphasizes strict adherence to work requirements and other incorporated provisions. The anticipated performance period is established, along with a project contract type of Firm Fixed Price. In addition, it outlines necessary acknowledgment of amendments, contact information for inquiries, and instructions for the proper submission of offers. This procurement process reflects the federal government's structured approach to securing construction services while ensuring compliance with established specifications and timelines, contributing to effective project management within public sector projects.
    This government document is an amendment to a solicitation related to a contract identified by the contract ID code EQ7PACS-23-0086. It emphasizes the procedures for acknowledging receipt of the amendment, stipulating that acknowledgment must occur prior to the specified deadline to avoid rejection of the offer. The key change in the amendment is the revision of the substantial completion period of performance, reducing it from 510 calendar days to 270 calendar days. Other terms and conditions remain the same. The document outlines how contractors can sign and respond to changes, with detailed instructions on filling out the Standard Form 30, including specifying contract modifications and administrative changes. Overall, this amendment serves to clarify deadlines and requirements for contractors involved in federal procurements, reinforcing the need for precise compliance in government RFP processes. It also reflects the government’s flexibility in adjusting project timelines in response to operational considerations.
    This document outlines an amendment to a solicitation, emphasizing the importance of acknowledging receipt of the amendment for offers to be considered valid. Offers must be acknowledged by a specific deadline, with options for acknowledgment ranging from returning specific items to separate communication referencing the amendment details. The amendment clarifies that the previously omitted Standard Form 1442 is now required as part of the solicitation and extends the proposal submission deadline to September 5, 2024. The document provides detailed instructions for contractual changes, noting the roles of both contracting officers and contractors regarding signatures and acknowledgments. Additionally, it specifies administrative details related to amendments and modifications, ensuring continued compliance with regulations. Overall, the document maintains a formal tone appropriate for federal contracting processes, emphasizing the procedural aspects necessary for submitting bids and modifying contracts.
    This document serves as an amendment to a federal solicitation, specifically regarding the acquisition process for a construction project under contract ID EQ7PACS-23-0086. The amendment outlines the requirements for offer acknowledgment and details the procedure for submitting changes to previously submitted offers. Importantly, it states that failure to acknowledge the amendment prior to the specified deadline may result in the rejection of an offer. Significant changes include the removal of outdated construction drawings and specifications, replaced with revised documents dated November 16, 2023. Furthermore, the deadline for proposal submissions has been extended to September 19, 2024, at 4:00 PM CST. The amendment format adheres to the Standard Form 30 guidelines, emphasizing clarity in changes made and maintaining all other contract conditions as unchanged unless explicitly stated otherwise. This amendment reflects the federal government's protocol for ensuring compliance and clarity in contracting processes, allowing for adjustments necessary for project progression.
    Lifecycle
    Title
    Type
    MARAD 2 DOT NDRF WHARF
    Currently viewing
    Solicitation
    Presolicitation
    Sources Sought
    Similar Opportunities
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 4LA0288
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals to lease office, lab, and storage space in Baton Rouge, Louisiana, under Solicitation No. 4LA0288. The required space must range from 27,000 to 29,700 square feet, designed for a single tenant in a modern building that meets specific construction and accessibility standards, including 24/7 access and a weather-protected loading area. This procurement is crucial for accommodating government operations while ensuring compliance with federal regulations, including fire safety and sustainability standards. Interested parties must submit their expressions of interest by October 18, 2024, with market surveys anticipated in November 2024 and projected occupancy around October 2026. For further inquiries, contact Edward Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov.
    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.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a contractor for the construction of dredging facilities in New Orleans, LA, USA. The project involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated cost for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation will be issued on or about 19 February 2024, and the bid opening date will be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    "Grasse River" (Gatelifter) Development
    Active
    Transportation, Department Of
    The Great Lakes St. Lawrence Seaway Development Corporation is soliciting proposals for the "Grasse River" (Gatelifter) Development project, which is a total small business set-aside under NAICS Code 541330 for Marine Engineering and Naval Architecture. The primary objective is to conduct a comprehensive assessment of the Gatelifter vessel while afloat, followed by the preparation of designs, specifications, and a detailed cost estimate for necessary improvements to extend the vessel's operational life. This project is crucial for maintaining the efficiency and safety of the Grasse River, an aging derrick barge essential for lock operations, ensuring it remains functional for the next 10-20 years. Interested contractors must submit their offers by September 24, 2024, with a site visit scheduled for September 3, 2024, and questions due by September 10, 2024. For further inquiries, contact Chora Snyder at chora.snyder@dot.gov or Danit Johnson at purchasing@dot.gov.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of dredging facilities in New Orleans, LA, USA. The work involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The project will take place in Mississippi River Southwest Pass and potentially in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated cost for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation will be issued on or about 23 February 2024, and the bid opening date will be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    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.
    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.
    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.
    Y--GAOA - Design Build Wastewater Treatment System at
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the design and construction of a new wastewater treatment system at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project aims to replace the existing sewage treatment plant serving the Visitor Complex, ensuring compliance with environmental regulations and enhancing service capabilities. This opportunity is set aside for small businesses, with a contract value estimated between $250,000 and $500,000, and a performance period from November 21, 2024, to May 24, 2025. Interested contractors must submit proposals by September 20, 2024, and can direct inquiries to Samantha Lague at samanthalague@fws.gov or by phone at 413-253-8349.