General Services Administration seeks a residential construction contractor for renovation of residential building for Armed Forces Retirement Home in Washington, DC.
ID: 47PM0325R0002Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R11 CONSTRUCTION SERVICES DIVSION CENTER 3WASHINGTON, DC, 20405, USA

NAICS

Residential Remodelers (236118)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)
Timeline
    Description

    The General Services Administration (GSA) is seeking a qualified residential construction contractor for the renovation of the Sheridan Building at the Armed Forces Retirement Home in Washington, DC. The project aims to modernize the 387,350 square foot facility into a residential space with 491 units for veterans, adhering to historical preservation regulations and sustainability guidelines. This renovation is critical for enhancing living conditions for veterans while ensuring compliance with federal standards, including the National Historic Preservation Act. Proposals are due by February 21, 2025, with an estimated contract value between $100 million and $150 million. Interested contractors can contact Harvelle Fuller at harvelle.fuller@gsa.gov or Elwora "Liza" Ahmed at elwora.ahmed@gsa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The GSA's Armed Forces Retirement Home (AFRH) project is initiated to solicit proposals for construction activities at the Sheridan Building located in Washington, DC. The request for proposals (RFP) outlines essential details, including a contact person, site visit information, and a proposal due date set for February 21, 2025, at 4:00 PM EST. The document contains various sections, such as solicitation details, specifications, evaluation factors, and necessary forms for submission, including price and technical proposals, a subcontracting plan, and financial qualifications. Moreover, it specifies compliance with GSA's affirmative procurement program, emphasizing the use of eco-friendly products. Contractors interested in the project will be provided with relevant drawings, specifications, and guidelines to ensure proper adherence to sustainability and management policies. Overall, the RFP aims to outline parameters for contractors while ensuring quality and environmental considerations in the executed work at the AFRH Sheridan Building.
    The GSA Solicitation No. 47PM0325R0002 invites proposals for a construction contract at the Armed Forces Retirement Home, with an estimated price range of $100M to $150M. Key details include requirements for submissions, including both price and technical proposals, due by February 21, 2025. The document outlines a structured approach emphasizing the importance of experience, past performance, key personnel, and management strategies—all being evaluated on a predetermined weighting scale. A pre-proposal conference is scheduled for January 29, 2025, to facilitate inquiries and clarify expectations. Prospective bidders must adhere to federal guidelines such as the Buy American requirements and affirmative action practices. Proposals must be submitted electronically and meet specified formats. The document emphasizes the critical need for compliance with federal regulations, including bonding requirements and safeguarding of Controlled Unclassified Information. The solicitation aligns with the GSA's objectives of transparency and collaboration throughout the procurement process, making clear that final contract awards are subject to fund availability and contingent on the government's assessment of submitted proposals.
    The federal solicitation document outlines a request for construction services for the Armed Forces Retirement Home in Washington, DC, specifically involving renovation work at the Sheridan Building. Issued by the General Services Administration, the solicitation includes details such as the requirement for the contractor to provide all necessary labor, materials, and equipment while adhering to a defined timeline for project completion that spans from 2025 to 2028. It specifies that offers must be returned in a sealed format by the stated deadline, with guarantees on performance and payment bonds required from offerors. Both base and option project areas are included, with stipulations regarding proposals' validity periods and acceptance criteria. The overall tone reflects standard government contracting practices, emphasizing compliance with formal solicitation processes. This document demonstrates the government's initiative to maintain and enhance facilities dedicated to veterans, ensuring safety, quality, and regulatory adherence throughout the renovation phases.
    The document outlines the construction contract for the Armed Forces Retirement Home (AFRH) renovation project, focusing on the Sheridan Building, which will provide independent and assisted living residences for veterans. Built in 1962, the eight-floor building requires careful renovation due to its historic designation. The project will be executed in two phases: Area A (Base Contract) to start in early 2025, with Area B as an optional phase post-completion of Area A. The contract includes responsibilities for the contractor, such as providing all necessary materials and labor, complying with relevant terms, and maintaining a project schedule. The contractor must secure permits and adhere to environmental and construction guidelines, including Buy American restrictions. Liquidated damages will apply for delays, currently set at $381.43 per day. Additional clauses outline compliance with federal acquisition regulations, insurance requirements, and obligations related to Equal Employment Opportunity. The document emphasizes the importance of safety, compliance, and thorough project management in delivering a modern and inviting facility for future veteran residents. Overall, the summary captures the contract's purpose to successfully renovate a critical residential building for veterans while adhering to federal guidelines and ensuring historical preservation.
    The document outlines the Offeror Representations and Certifications required for GSA Solicitation No. 47PM0325R0002, focused on federal procurement compliance. Key elements include the definition of NAICS code 236118 for Residential Remodelers, with a small business size standard of $45 million in average annual receipts. Various clauses from the Federal Acquisition Regulation (FAR) are referenced, detailing requirements such as the Certificate of Independent Price Determination, Disclosure of Payments, and Prohibitions related to certain telecommunications and equipment. It outlines certifications to be completed by offerors, including those related to small business status, tax identification, and compliance with labor standards. The provisions enforce legal expectations to prevent contracting with entities involved in illicit activities. Additionally, it emphasizes the necessity for contractors to maintain accurate and current information in the System for Award Management (SAM). This document highlights the importance of adherence to federal regulations in the procurement process, ensuring that contractors maintain ethical standards and demonstrate reliability in their offerings. By establishing clear criteria and necessary declarations, the solicitation aims to foster transparency within government contracts, ultimately guiding compliance and facilitating fair competition among offerors.
    The document outlines the General Decision Number DC20250002, effective January 10, 2025, regarding wage determinations for building construction projects in the District of Columbia, excluding certain residential structures. It emphasizes compliance with the Davis-Bacon Act and applicable Executive Orders—specifically Executive Order 14026 and 13658, which set mandatory minimum wage rates for contractors. For contracts awarded or renewed on or after January 30, 2022, the minimum wage is $17.75, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30. The document lists various labor classifications, their wage rates, and fringe benefits for construction trades, including specialties such as plumbers, electricians, and carpenters. Additionally, it outlines procedures for wage determination appeals and provides resources for contractors regarding required worker protections and benefits. This document serves as a crucial reference for compliance in federally funded construction contracts, ensuring fair compensation for workers and adherence to labor standards.
    The AFRH Sheridan Building Renovation project aims to select a contractor based on a comprehensive evaluation of proposals, which involves assessing both price and non-price factors. The government will utilize a trade-off evaluation process to determine the offer most advantageous to it, weighted by technical factors including past experience, past performance, key personnel qualifications, and management approach. Past experience will be evaluated on the contractor's proven track record in large-scale renovation projects, requiring three relevant projects and a minimum construction value of $100 million. Past performance considers the quality of service, adherence to timelines, and budget management. Key personnel qualifications focus on the experience and educational background of essential project leaders, while the management approach assesses the contractor's strategy for project execution, including staffing plans and quality control measures. Evaluation factors hold varied weights, with past performance and key personnel each contributing 30%, while past experience and management approach contribute 20% each. The detailed scoring guidelines provide a framework for assessing submissions, ranging from "Excellent" to "Unacceptable," ensuring a rigorous selection process aligned with government contracting standards.
    The document outlines the Statement of Work (SOW) for the renovation of the Sheridan Building, located in Washington, D.C. This project aims to modernize the 387,350 square foot structure, transforming it into a residential facility with 491 units suitable for veterans, while complying with historical preservation regulations due to its location within a historic district. The project will be executed as a Bid-Build contract and involves detailed coordination due to the building's partial occupancy during renovations. Key objectives include maintaining a safe and accessible environment, adhering to a strict construction schedule, and ensuring compliance with various regulatory requirements including the National Historic Preservation Act and sustainability guidelines. The renovation will occur in two phases, with an estimated start date of early 2025 for the first phase. The contractor is tasked with updating existing systems, including fire protection, energy efficiency measures, and implementing a robust project management information system. Safety protocols, equipment specifications, and waste management plans are integral components of the project to ensure compliance and minimize disruption. Overall, this SOW emphasizes the government's commitment to improving facilities for veterans while upholding safety and environmental standards.
    The document outlines the bid form for the renovation of the Sheridan Building at the Armed Forces Retirement Home, as part of solicitation 47PM0325R0002. It details the pricing structure for two main areas: Base Bid - Area A and Option - Area B, covering various construction divisions including demolition, concrete work, masonry, and electrical systems. Each division requires bidders to specify amounts for labor, materials, overhead, profit, and bonding. Key instructions highlight the need to combine labor and materials for specific line items to streamline the bidding process. This invitation to bid seeks contractors qualified to undertake extensive renovation work, aiming to ensure compliance with federal standards and project specifications. The structure of this bid form is designed to organize pricing in a clear manner while facilitating the evaluation of proposals submitted by contractors.
    The document outlines the specifications and procedures for the renovation of the Sheridan Building at the Armed Forces Retirement Home in Washington, DC. The project, covering approximately 387,350 square feet, aims to enhance independent and assisted living facilities within a historic structure while complying with safety and sustainability regulations. The renovation involves significant updates to mechanical, electrical, plumbing, fire protection, and architectural systems, ensuring minimal disruption to existing operations. The proposal details the roles of the General Contractor, Architect/Engineer, and Contracting Officer, emphasizing adherence to project management systems, quality assurance procedures, and work restrictions to maintain security and access during construction. Specific attention is given to the historical significance of the building, necessitating careful coordination with existing conditions and infrastructure. Key elements include a base contract for the North Area's renovation and an optional scope for the South Area, requiring meticulous scheduling and communication throughout the project phases. Substitution procedures for materials and a structured payment process, including a detailed Schedule of Values, ensure clarity in financial accountability. The document reflects the government's commitment to maintaining operational integrity while enhancing living spaces for its residents.
    The document outlines the construction bid specifications for the Armed Forces Retirement Home's Sheridan Building in Washington, D.C., under Contract No. 20342320AF00001. It encompasses a comprehensive set of bid documents spanning from general requirements to specific divisions regarding the construction work, including mechanical, plumbing, fire suppression, and electrical installations. Key sections detail project management, quality control, demolition procedures, and materials specifications, emphasizing compliance with applicable standards such as NFPA and ASTM. The document also specifies requirements for various systems, including wet-pipe sprinkler systems, fire suppression standpipes, plumbing piping sleeves, and various specialized plumbing components. Each section includes action and informational submittals, performance requirements, and installation instructions, forming an essential reference for contractors to ensure adherence to safety, quality, and operational standards. This package serves to guide the bidding process and construction execution, highlighting the government's commitment to maintaining and improving facilities for veterans.
    The document outlines a Construction and Demolition Waste Management Report, which records the waste generated from a specific project. It details essential elements such as the waste description, the responsible hauler, the processing facility, total waste weight (in tons), and the disposal or diversion method used, which may include salvage, reuse, recycling, incineration, or landfill. Notably, it highlights the percentage of waste materials that have been reused, recycled, or salvaged, underscoring efforts toward waste reduction. Additionally, the report requires certification from an officer or employee responsible for the contract, ensuring the accuracy of the waste amounts reported. The structure includes sections for signature, typed names, organizational information, total weights, and a checklist for concurrent projects. This document serves as a formal record aligning with government RFPs and grants, emphasizing accountability and sustainability in waste management practices during construction projects. Efforts to divert waste away from landfills are noted, along with an indication of reasons for any waste not diverted. The report is crucial for tracking compliance with environmental regulations and promoting responsible waste disposal practices in construction.
    This document outlines the requirements and structure for a Waste Diversion Plan and Report, essential components of a construction project's environmental compliance process. It is designed to track and enhance waste management strategies by focusing on diverting materials from landfills through reuse, recycling, and composting. Key sections include the project details such as project name, manager, and budget activities, and a matrix for quantifying waste material categories like asphalt, cardboard, and metals. The plan must detail expected diversion rates, descriptions of reusable items, and provide weight conversion factors for different materials. The Waste Diversion Plan is to be submitted before construction begins, while the Waste Diversion Report, documenting actual diversion achieved, is due at project completion. This dual document setup ensures accountability and adherence to regulatory standards, promoting sustainable construction practices. The file indicates that the documentation will be reviewed at project close-out, underlining the importance of accurate reporting and proactive waste management strategies in federal and state RFPs, aimed at minimizing environmental impact.
    The U.S. General Services Administration (GSA) has implemented a specialized Gmail account process called GSA Affiliated Customer Accounts (GACA) to facilitate secure collaboration with government customers and business partners who do not utilize Google in their workplaces. The GACA accounts are intended solely for sharing and collaboration via Google Drive and Google Sites, ensuring compliance with Federal Information Processing Standard (FIPS) 140-2, and utilizing TLS 1.2 encryption for secure data transmission. It is crucial to note that GACA accounts are not to be used for email communication and cannot replace official gsa.gov accounts for GSA employees and contractors. The process for creating a GACA account requires users to set up a Gmail account with specific naming conventions and to implement two-factor authentication. GSA IT Security Staff will monitor compliance and address any violations appropriately, ensuring the security of shared information. This initiative underscores GSA’s commitment to safe information sharing while enhancing collaboration with external partners.
    The project titled AFRH-033 entails the renovation of the Sheridan Building at the Armed Forces Retirement Home in Washington, DC, leveraging prior studies and design documents. It aims to develop construction documents for the renovation, including both partial occupancy and necessary upgrades to mechanical, electrical, and fire protection systems. The project is divided into two main construction zones (Areas A and B) to ensure ongoing utility services for residents. Key components include a full façade renovation, which requires adherence to historical preservation guidelines due to the campus's historical significance, and comprehensive interior renovations spanning seven floors, with a focus on assisted living spaces. The renovations will include 54 assisted living units on the first floor, with variations across additional floors. The overall effort will restore the building to a total of 348,000 square feet, incorporating structural, architectural, and mechanical improvements to enhance resident living conditions while maintaining compliance with federal grant standards and regulations. This project reflects the government's commitment to providing modernized living conditions for veterans within a historically significant context.
    The "Guiding Principles for Sustainable Federal Buildings" document, published by the Council on Environmental Quality in December 2020, outlines a comprehensive framework for federal agencies to adopt sustainable practices in the design, construction, and operation of government buildings. The main purpose is to enhance efficiency, optimize performance, conserve resources, and ensure occupant health while addressing environmental impacts. It identifies six core principles: 1) Employ Integrated Design Principles; 2) Optimize Energy Performance; 3) Protect and Conserve Water; 4) Enhance the Indoor Environment; 5) Reduce the Environmental Impact of Materials; and 6) Assess and Consider Building Resilience. Each principle is supported by specific strategies, assessment checklists, and operational instructions that agencies can implement. The document also outlines pathways for compliance, including reliance on statutory mandates and third-party certification systems, emphasizing flexibility and adaptability to varying building functions and missions. The updates aim to improve usability and provide clarity on sustainable design practices, ensuring that federal building portfolios align with environmental goals and support mission-critical functions. This guidance is integral to meeting federal sustainability mandates and encourages risk management to enhance building resilience over time.
    The National Capital Planning Commission (NCPC) updated its Tree Preservation and Replacement Policy as part of the Comprehensive Plan for the National Capital's Federal Environment Element. Adopted on November 5, 2020, these revisions enhance focus on tree preservation, introduce alternatives to mitigate tree canopy loss, and provide explicit guidance on tree replacement ratios, specifications, and locations. The updates were shaped by stakeholder feedback from a 60-day public comment period, alongside discussions with arboriculture experts. The resource guide, submission guidelines, and updated policies aim to ensure a consistent approach to tree management across federal lands in the National Capital Region, supporting sustainable development and the overall health of urban forests. This comprehensive initiative underscores the importance of tree preservation in urban planning and the regulatory framework guiding federal grant allocations and local RFPs. The NCPC anticipates that these changes will lead to improved ecological outcomes and community benefits through effective tree management practices.
    This document serves as an amendment to Solicitation 47PM0325R0002 for construction services related to the Armed Forces Retirement Home in Washington, DC. It outlines the necessary procedures for prospective bidders to acknowledge receipt of the amendment prior to the specified deadline. Acknowledgment can be completed either by returning specified forms or through separate correspondence identifying the solicitation and amendment numbers. A failure to meet these acknowledgment requirements may lead to a rejection of offers. The amendment includes administrative changes without altering the existing terms of the contract, as detailed in the continuation page. This modification also clarifies contractual responsibilities and signature protocols, emphasizing that the contracting officer's signature is not mandatory for solicitation amendments. Overall, the document ensures transparent communication and compliance among bidders and the government, preserving the integrity of the contracting process.
    The General Services Administration (GSA) is preparing to issue a Request for Proposal (RFP) for a fixed-price contract focused on the renovation of the Sheridan Building, a residential facility located on the Armed Forces Retirement Home campus in Washington, DC. Built in 1962, this eight-floor, 387,350 sq. ft. structure will be transformed to create 491 residential spaces with modern amenities, catering to the needs of veteran retirees. Renovations must comply with historic preservation guidelines due to the building's status on the National Register of Historic Places. The contract will mandate Project Labor Agreements (PLAs) to ensure structured labor management and compliance with federal regulations. The solicitation site is expected to launch around January 3, 2025, with a 30-day submission period following the release. Potential contractors must register with the System for Award Management (SAM) to participate, and all associated communication and amendments will be conducted electronically via the SAM website. This procurement reflects the government's commitment to improving facilities for veterans while adhering to transparency and labor standards, emphasizing the importance of skilled labor cooperation in large-scale construction projects.
    Similar Opportunities
    N40080-23-R-0022 ACQR: 6070919 - P2203, Quarters 6 Whole House Revitalization, Marine Barracks, Washington, D.C.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the revitalization of Quarters 6 at the Marine Barracks in Washington, D.C., under solicitation number N40080-23-R-0022. This $750 million project aims to modernize and restore the historic building, which serves as the residence of the Commandant of the U.S. Marine Corps, while ensuring compliance with safety and regulatory standards. Contractors must adhere to strict guidelines for submission, including detailed proposals addressing experience and project-specific strategies, with a completion timeline of 490 days post-award. Interested parties should submit their proposals by February 27, 2025, and can direct inquiries to Lindsay M. Brown at lindsay.m.brown14.civ@us.navy.mil or Elle Al-Ajmi at elleana.a.al-ajmi.civ@us.navy.mil.
    GPO 5th Floor SID Smartcard Room Design/Build Construction
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking contractors for the design and construction of the Smartcard Room on the 5th floor of its facility in Washington, D.C. The project involves significant renovations, including the installation of two new air handling units (AHUs), updates to flooring, modifications to the HVAC system, and electrical panel upgrades, with a budget range between $1,000,000 and $5,000,000. This initiative is crucial for modernizing the facility's infrastructure, ensuring compliance with local and national building codes, and enhancing operational efficiency. Interested contractors should direct inquiries to Troy D. White at twhite@gpo.gov or Gary Stevens at gstevens@gpo.gov, and must adhere to the specified timelines for proposal submissions.
    Y1AZ--Renovate Bldg. 15, 2nd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of the second floor of Building 15 at the Asheville VA Medical Center, identified as Project 637-20-103. The project involves comprehensive construction activities, including interior demolition, installation of new mechanical, electrical, and plumbing systems, and modernization of office spaces across approximately 12,500 square feet, with a budget estimate between $2,000,000 and $5,000,000. This renovation is crucial for enhancing the facility's operational capabilities while ensuring compliance with safety and health regulations, particularly concerning asbestos and lead content, as confirmed by recent inspections. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by March 6, 2025, and can direct inquiries to Contract Specialist Shirley L. Gregory at Shirley.Gregory@va.gov.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.
    Z1DA--556-23-101: Renovate CLC Building 134-2C
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the renovation of Community Living Center (CLC) Building 134-2C at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. This project, designated as 556-23-101, involves comprehensive construction work, including interior finishes, HVAC, plumbing, and electrical systems, with a focus on compliance with health and safety standards. The renovation aims to enhance the facility's infrastructure to better serve veterans, ensuring a safe and functional healthcare environment. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by March 6, 2025, at 1:00 PM CST, and can direct inquiries to Contract Specialist Hudell D. Ballen at Hudell.Ballen@va.gov. The estimated project cost ranges between $5 million and $10 million.
    Building 67 Consolidation
    Buyer not available
    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.
    GPO 5th Floor SID Smartcard Room Design/Build Construction
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking qualified contractors for the design and construction of the 5th Floor SID Smartcard Room in Washington, D.C. This project involves a comprehensive design-build approach to enhance the facility's infrastructure, aligning with the GPO's objectives to improve operational efficiency and service delivery. The opportunity is significant as it reflects the government's commitment to modernizing its facilities to better serve public needs. Interested vendors should note that the proposal submission deadline is set for March 4, 2025, with a Q&A session anticipated to be posted on SAM.gov on February 11, 2025. For further inquiries, potential bidders can contact Troy D. White at twhite@gpo.gov or Gary Stevens at gstevens@gpo.gov.
    DSCR Building 59 C Bay Break Room Renovation
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking contractors for the renovation of the break room in Building 59 C at the Richmond installation in Virginia. The project aims to modernize the facility by updating cabinets, countertops, sinks, and lighting, which have significantly deteriorated over the years, while ensuring compliance with ADA standards and implementing strict dust control measures during construction. This renovation is crucial for maintaining a functional and safe workplace environment, reflecting the agency's commitment to operational standards and employee well-being. Interested contractors should contact Robert Moragues at robert.moragues@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil, with the full solicitation expected to be published on SAM.gov around January 24, 2025, and a site visit scheduled for February 4, 2025.
    Y1DA--509-23-101 Renovate Public Bathroom, Improve Patient Safety
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the renovation of public bathrooms at the Augusta VA Medical Center, aimed at improving patient safety. This project involves comprehensive construction and alterations across seven floors, including upgrades to plumbing fixtures, lighting, and finishes, while adhering to stringent safety and security protocols due to the facility's continuous operation. The estimated contract value ranges from $1 million to $5 million, and the opportunity is set aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit sealed bids by March 28, 2025, with a mandatory site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Contract Specialist Pamela R Moffitt at pamela.moffitt@va.gov.
    P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
    Buyer not available
    The Department of Defense, through the Naval Facilities Systems Command (NAVFACSYSCOM) Washington, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and ensuring compliance with Department of Defense standards. Interested contractors, specifically those on the list of MACC holders, must submit their electronic proposals by February 25, 2025, and can direct inquiries to Lindsay Brown or Damila Adams at the provided contact information.