NRCS Space Alterations in Bismarck Federal Building Design/Build
ID: 47PJ0025R0057Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R8 ACQUISITION MANAGEMENT DIVISIONLAKEWOOD, CO, 80225, 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 seeking qualified small business contractors for the NRCS Space Alterations project at the William Guy Federal Building in Bismarck, North Dakota. The project involves designing and constructing office renovations for the Natural Resources Conservation Service (NRCS), with an estimated construction cost between $1 million and $5 million. This initiative is crucial for enhancing office functionality and efficiency, including soundproofing and modernizing workspaces while ensuring compliance with federal regulations, including asbestos abatement protocols. Interested contractors must submit their proposals by June 17, 2025, at 4:00 PM CST, and can contact Cody Lee at cody.lee@gsa.gov or Jesse Johnson at jesse.johnson@gsa.gov for further information.

    Files
    Title
    Posted
    The "Vendor Fitness Determination Training Manual" outlines the procedures for contractors seeking HSPD-12 background investigations necessary for access to GSA facilities. It details the responsibilities of contractors, requesting officials, and zonal help desks across various regions. Key components include definitions of contractor types (long-term and short-term), requirements for background checks, and processes for special agreement checks (SAC) and tier investigations (1, 2, and 4). The manual stresses the importance of accurate documentation, identifies common errors that can delay investigations, and elucidates the role of GSA-issued credentials (GAC/PIV) for contractors requiring ongoing access. It also specifies guidelines for escort-only access for contractors in certain scenarios. The document is essential for ensuring that contractors understand compliance with security and identification protocols mandated by federal regulations, thereby enhancing safety across federally controlled facilities.
    The document outlines the Design-Build Contract for the NRCS Space Alterations Project at the William Guy Federal Building in Bismarck, ND. It details the responsibilities of the contractor, who must provide comprehensive services for design and construction within specified timelines—commencing work 20 days after notice and achieving substantial completion within 299 days. Key project requirements include modernizing office spaces, incorporating sound attenuation features, and compliance with various regulations (e.g., asbestos abatement and accessibility standards). The contractor must ensure environmental sustainability and safety while maintaining minimal disruptions to building occupants. Additionally, a structured pricing methodology is emphasized, requiring detailed cost breakdowns and adherence to federal wage determinations under the Davis-Bacon Act. Regular site visits, thorough inspections, and maintenance of open communications with GSA representatives are mandated throughout the project lifecycle. This initiative reflects the government's commitment to improving federal workspaces while adhering to regulatory standards and fostering collaboration between contractors and government entities.
    The document outlines the process for requesting Controlled Unclassified Information (CUI) related to building details within federal contracts. It emphasizes the importance of safeguarding this sensitive information, requiring the requester to sign an agreement acknowledging their responsibility to maintain confidentiality and to share the CUI solely with authorized personnel. The document requires essential details such as the company name, individual requesting information, their signature, and a verification of the Unique Entity Identification (UEI) number. Additionally, it mandates the attachment of a business license or formation documentation. This protocol is critical for compliance with federal regulations regarding information dissemination and protection within government contracts, ensuring that sensitive information is handled properly to prevent unauthorized access.
    The U.S. General Services Administration (GSA) has outlined the requirements for a third-party asbestos abatement clearance testing project in North Dakota. The contractor must supply necessary personnel, materials, and equipment, ensuring all work is conducted by an independent qualified industrial hygienist. Compliance with local, state, and federal regulations, including OSHA and EPA standards, is mandatory. Key steps in the process include visual inspections to confirm the cleanliness of the work area and thorough air monitoring using specified methodologies. All air samples must meet established criteria for clearance, which involves rigorous sampling and analysis protocols. A comprehensive report must be submitted by the industrial hygienist, detailing the abatement activities, observations, and air clearance results, alongside relevant attachments such as certifications and field documentation. This document serves as a directive for government entities and contractors involved in asbestos abatement, emphasizing the importance of regulatory adherence and safety in environmental management efforts.
    The GSA's North Dakota Asbestos Abatement Base Requirements outlines the essential protocols for conducting asbestos abatement in the state. Contractors are responsible for securing all necessary permits and adhering to federal, state, and local regulations, including OSHA and EPA standards. Work must be performed by licensed abatement contractors using trained personnel, with schedules coordinated with GSA management. Significant requirements include the verification of site conditions prior to bidding, maintaining negative air pressure during abatement, and ensuring effective odor control in occupied buildings. Independent third-party evaluation of air clearance is mandatory post-abatement, with repeated cleaning at no additional cost if initial standards are not met. Detailed pre-abatement documentation must be submitted for GSA approval, including a method of procedure, descriptions of materials, and safety measures. Upon completion, a closure report must encapsulate the work undertaken, along with all required certifications, monitoring data, and waste handling documentation. The directives aim to ensure public safety and compliance with environmental standards while conducting necessary renovations or repairs in facilities containing asbestos materials.
    The NRCS Space Alteration Project encompasses significant modifications to an existing facility. Key elements include the installation of a suspended acoustical ceiling instead of a "Cloud Ceiling" and the necessity for soundproof walls in multiple areas like conference rooms and offices. The flooring will feature carpet tiles and vinyl composite tiles in the break room, while existing modular furniture will be disposed of, but no new furniture needs to be provided. The project is to occur in two phases due to tenant occupancy, which may limit construction hours to non-business times to avoid disrupting court activities. Clarifications address parking logistics, potential use of a trash chute, and requirements for accurate past performance documentation by contractors. Although the project is not LEED-certified, past experiences with design partners are acceptable for proposal submissions. The contractor will receive updated scheduling information regarding the court's availability post-award but will not be held responsible for speculative construction delays. This document illustrates requirements and clarifications critical for potential contractors bidding for the alteration project while adhering to federal guidelines.
    The NRCS Space Alteration Project entails significant renovations, including the installation of a suspended acoustical ceiling in various rooms while maintaining existing acoustical walls for noise control. The SOW specifies using a 6” base cove, due to previous issues with the 4” variety, and carpet tiles priced under $36 per square yard, with vinyl composite tiles in the break room. Existing furniture will not be replaced or procured under this contract, with only the disposal of modular cubicles included. Key clarifications address project phases amid tenant occupancy, parking logistics for contractors, work hour restrictions due to federal court schedules, and the absence of A/V system provisions in the SOW. The project emphasizes minimal disruption during construction and requires accommodating existing mechanical systems, which will be evaluated further during the design phase. Notably, this project is not LEED certified, and past performance requirements focus on experiences relevant to design and construction within similar settings.
    The General Services Administration (GSA) has issued a memorandum announcing the rescission of the PBS P100 Facilities Standards. This decision follows recent executive orders and laws aimed at reshaping federal building standards. The memo introduces PBS Interim Core Building Standards to be utilized by project managers and contracting officers for federal projects, especially those under design and construction phases that have not reached 50% completion by January 21, 2025. These standards serve as a reference for various laws, executive orders, and codes that must be adhered to in construction contracts. The memo outlines the applicability of the interim standards across GSA-owned or lease-construction facilities, emphasizing the contractor's responsibility to comply. The document specifies key laws including energy standards, environmental regulations, and safety requirements. It mandates the use of updated codes and best practices for designing federal structures, ensuring they meet modern efficiency and safety benchmarks. The effective date for these changes is immediate and remains in effect until further notice, reflecting the government's commitment to sustainable construction and resilience in building practices.
    This document is a solicitation for construction services regarding a significant alteration project for the Natural Resources Conservation Service (NRCS) located in the William Guy Federal Building, Bismarck, ND. The solicitation outlines requirements for sealed bids, detailing the contractor's obligations, performance timelines, and additional requirements such as performance and payment bonds. The project includes renovations on the second floor to enhance office functionality, including moving the conference room and adding sound attenuation walls. A firm fixed-price contract is specified for these renovations, with a period of performance extending from July 1, 2025, to June 25, 2026. The document also notes costs associated with asbestos abatement, which will be managed by the government. This solicitation adheres to federal procurement protocols, emphasizing compliance, offer guarantees, and the necessity for proposals to meet defined standards.
    This document represents an amendment to solicitation 47PJ0025R0057, detailing critical changes and updates needed from contractors. It outlines the procedure for acknowledging receipt of the amendment, specifying that failure to do so may lead to the rejection of submitted offers. The amendment corrects the number of required design-build projects from three to two and updates the Statement of Work (SOW), now designated as Revision 5/29/2025 - V2.3. Additionally, a new document reference, "PBS Core_Building_Standards_Memorandum 24FEB.25," is included. The deadline for submissions has been extended to June 17, 2025, at 4:00 PM CST, with strong recommendations for contractors to submit the Controlled Unclassified Information (CUI) form promptly, as further extensions will not be considered. The amendment consolidates essential information for contractors regarding compliance, updated requirements, and submission timelines relevant to the project, ensuring clarity in expectations and procedures for this federal solicitation process.
    This document outlines an amendment to Solicitation 47PJ0025R0057, which pertains to the NRCS Space Alteration project. The amendment details the necessary steps for offer acknowledgment by contractors, stating that failure to submit acknowledgment prior to the specified deadline may result in rejection of their offers. The amendment clarifies that the Request for Information (RFI) period is now closed and no further questions will be accepted. Key official documents referenced for this amendment include "SOW 037 NRCS Space Alterations 2024 v 2.4” and "NRCS Space Alteration Project Questions v 1.1", which must be used as the final versions. The document specifies that the offer submission deadline stays at June 17, 2025, at 4:00 PM CST, urging contractors to complete the necessary forms promptly to avoid any issues with acknowledgment extensions. The structure of the document covers various administrative elements, including sections for contractor details, modification descriptions, and an effective date of June 3, 2025. It emphasizes maintaining compliance with guidelines for acknowledgments and submissions outlined by the contracting office, reflecting procedural norms in federal solicitations and contract modifications. Overall, it underscores the importance of timely communication and adherence to established protocols for government contracting processes.
    The U.S. General Services Administration (GSA) is undertaking the 037 NRCS Space Alteration Project at the William Guy Federal Building in Bismarck, ND. The objective is to redesign the Natural Resources Conservation Service office on the second floor to improve efficiency and aesthetics. Key features of the project include relocating the conference room to maximize natural light, adding sound attenuation walls, and creating a formal break room with plumbing access. The contractor is responsible for all design and construction aspects, complying with GSA standards, including P100 Facilities Standards and asbestos abatement requirements. The project is to be phased to minimize disruption to occupants, with specific consideration given to federal court schedules. The timeline requires 109 calendar days for design and 250 for construction, emphasizing adherence to safety, accessibility, and environmental protocols. Pricing proposals should detail design and construction costs, while a mandatory site visit will precede bidding. Overall, the project embodies the GSA's commitment to modern, functional federal office spaces while promoting sustainability and safety compliance.
    The Design-Build Statement of Work outlines the 037 Natural Resources Conservation Service Space Alteration Project at the William Guy Federal Building in Bismarck, ND. The project aims to redesign the second-floor office space to enhance efficiency, incorporating features such as a conference room with natural light, soundproofing elements, additional offices, and a formal break room. The scope includes comprehensive design and construction responsibilities, requiring compliance with specific architectural and safety standards, including the P100 Facilities Standards and accessibility guidelines. Key objectives involve detailed design services, including surveys, mechanical system modifications, asbestos abatement, and proper fire safety measures. The contractor must manage project phases to minimize tenant disruption while coordinating with building schedules. A site visit will aid in accurate proposal pricing, and the entire project spans 109 days for design and 250 days for construction after award. With stringent requirements for contractor qualifications, budgeting, and environmental considerations, this contract exemplifies federal efforts to maintain and improve government facilities with efficiency and safety as priorities.
    The Universal Scope Requirements document outlines mandatory health, safety, energy, sustainability, and design standards for government construction projects under the General Services Administration (GSA). It specifies compliance in areas such as safety programs, asbestos assessments, fire and life safety, accessibility, and construction indoor air quality management. Sustainability is prioritized through guidelines for purchasing, waste diversion, and landscaping. Building systems integration emphasizes effective commissioning, information modeling, and maintenance management, ensuring system performance aligns with project intent. Key design elements include adherence to historical preservation standards, energy efficiency exceeding ASHRAE benchmarks, and secure building design against physical threats. The document serves as a comprehensive framework guiding contractors in federal RFPs and grants, reinforcing the importance of responsibility and accountability for compliance and safety standards in public construction projects. Overall, it emphasizes stakeholder engagement, environmental stewardship, and the need for effective collaboration among project teams. Such requirements ensure the integrity and functionality of federal buildings while prioritizing public welfare and environmental impact.
    Similar Opportunities
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.
    REV1 US Courts - 5th Floor Pretrial Kitchenette Renovation
    Buyer not available
    The General Services Administration (GSA) is soliciting bids for the renovation of the 5th Floor Pretrial Kitchenette at 500 Pearl Street, New York, NY. The project involves comprehensive construction services, including demolition, installation of new cabinetry, flooring, plumbing, and electrical upgrades, all to be completed within a 180-day performance period. This renovation is crucial for maintaining operational efficiency within the courthouse and ensuring compliance with federal and local standards. Interested small businesses must submit their proposals by December 19, 2025, at 4:00 PM (EST), with an estimated contract value between $50,000 and $75,000. For further inquiries, contact Monique Woods at monique.woods@gsa.gov or Nicholas Uom at nicholas.uom@gsa.gov.
    Wichita U.S. Courthouse North Facade Cleaning and Tuckpointing
    Buyer not available
    The General Services Administration (GSA) is soliciting contractors for the cleaning and tuckpointing of the north facade of the Wichita U.S. Courthouse in Kansas. This opportunity is specifically available to contractors who currently hold a contract with GSA Region 6 under the Small Business Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract for Construction Services in Kansas. The project is crucial for maintaining the structural integrity and aesthetic appearance of the courthouse, which serves as a vital public building. Interested contractors should contact Anthony Dibbern at anthony.dibbern@gsa.gov or (785) 295-2503, or Dane Anderson at dane.anderson@gsa.gov or (785) 217-6059 for further details, as access to solicitation documents is restricted to eligible contract holders.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Construction Manager as Constructor (CMc) Requirement for a New Land Port of Entry (LPOE), Coburn Gore, Maine
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for Construction Manager as Constructor (CMc) services for a new Land Port of Entry (LPOE) in Coburn Gore, Maine, with an estimated project cost between $125 million and $135 million. The selected contractor will provide advisory services during the design phase and act as the general contractor under a Guaranteed Maximum Price (GMP) arrangement, ensuring compliance with federal standards and sustainability goals. This project is critical for enhancing operational capabilities and security at the border, with a focus on modernizing existing facilities to accommodate increased traffic. Proposals are due by December 17, 2025, and interested parties should contact James M. Adamo at james.adamo@gsa.gov or Michele Valenza at michele.valenza@gsa.gov for further information.
    47PD5126R0002 - Hruska - USMS Indoor Firing Range Cleaning
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the cleaning and maintenance of the Indoor Firing Range at the Roman Hruska US Courthouse in Omaha, Nebraska. The contract requires a qualified contractor to provide all necessary labor, materials, equipment, and supervision for comprehensive cleaning services, including hazardous waste disposal and compliance with environmental regulations. This project is crucial for maintaining a safe and compliant indoor firing range environment, with a performance period set from January 16, 2026, to January 16, 2027. Interested small businesses must submit their proposals by January 9, 2026, at 4:00 PM CST, and can contact Antonio Vargus at antonio.vargus@gsa.gov or (515) 217-2186 for further information.
    U.S. Government Seeks to Lease Office and Related Space in Wilmington, NC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Wilmington, North Carolina, with a minimum of 36,284 and a maximum of 39,912 ABOA square feet required. The procurement aims to secure three contiguous blocks of space, including specific requirements for parking, security features, and compliance with government standards for fire safety and accessibility. This opportunity is crucial for providing necessary office facilities for government operations, with a rent cap set at $44.84 per RSF. Interested parties must submit their Expressions of Interest by December 22, 2025, and can contact Tim Mazzucca or Lindsey Stegall at the GSA for further details.