Washington, DC Bids > Bid Detail

7th & D Regional Office Building Modernization

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159030984232400
Posted Date: Feb 23, 2024
Due Date: Apr 1, 2024
Source: https://sam.gov/opp/b81c8f5a80...
Follow
7th & D Regional Office Building Modernization
Active
Contract Opportunity
Notice ID
47PM0424R0017
Related Notice
47PM0424R0017
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 1
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 23, 2024 12:28 pm EST
  • Original Date Offers Due: Apr 01, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington , DC 20024
    USA
Description

This is a solicitation notice for acquisition using FAR parts 15 and 36. This acquisition will be solicited on

an unrestricted basis, and will be Full and Open Competition. Per Federal Acquisition Regulation (FAR)

15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a

binding contract. Responses do not affect a potential offeror's ability to respond to any future

synopsis/solicitation. The Government will not provide reimbursement for any information that may be

submitted in response to this notice. Respondents are solely responsible for all expenses associated with

responding to this notice.

GSA has an opportunity for Design and Construction Excellence in public architecture for performance of

Architectural Engineering Design and Construction services in accordance with GSA quality standards

and requirements. As required by law, all facilities shall meet Federal energy goals, security

requirements, and achieve at least a LEED Gold certification.

The applicable NAICS code for this procurement is 236220 Commercial and Institutional Building

Construction with a size standard of $45 Million.

Offerors will be required to submit a proposal subject to Project Labor Agreement (PLA) requirements.

A PLA is defined as a pre‐hire collective bargaining agreement with one or more labor organizations that

establishes the terms and conditions of employment for a specific construction project and is an

agreement as defined in Subpart 22.5 of the Federal Acquisition Regulation. Pursuant to the FAR,

agencies are required to use PLAs in large-scale construction projects unless an exception applies. All

PLAs must include:



Provisions that bind all contractors and subcontractors on the construction project to the agreement;

Allow all contractors and subcontractors on the construction project to compete for contracts and

subcontracts without regard to whether they are otherwise parties to collective bargaining agreements;

Contain language that guarantees against strikes, lockouts, and similar job disruptions;

Set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during

the term of the project labor agreement (i.e. grievance/arbitration procedures),

Provide other mechanisms for labor-management cooperation on matters of mutual interest and

concern, including productivity, quality of work, safety, and health;

Specify the wages and fringe benefits of all classification or crafts working on the project; and

Fully conform to all statutes, regulations, Executive Orders, and Presidential Memoranda.

One or more labor organizations involved in the construction work.

One or more of the items under this acquisition is subject to the World Trade Organization Government

Procurement Agreement and Free Trade Agreements.



BRIEF DESCRIPTION OF THE SCOPE OF WORK:



The government seeks to renovate the former Regional Office Building (ROB) at 7th and D Streets SW

(7DSW) in Washington DC to accommodate new tenants. The resulting contract will be a firm fixed price

and will utilize the design-build project delivery method. The total project limits of work comprise

approximately 935,000 building gross square feet and 60,000 square feet of surrounding site and site

work. This area includes seven occupied floors above-grade, two penthouse levels, and two sub-grade

levels. All major building systems are intended to be upgraded or replaced entirely in order to meet the

requirements of the 2021 edition of the GSA P100 with its 2022 Addendum. The project will seek to

provide energy savings and be certified to a GOLD Level under LEED BD+C v. 4.1. The interior layout will

employ the most current workplace strategies, targeting 80% open office and 20% closed office. The

source shall be capable of providing hazardous materials abatement and design-build services to include

without being limited to significant upgrades to and/or replacement of civil, blast, structural, interiors,

envelope, vertical transportation, lighting, electrical, plumbing, HVAC, fire / life safety, audio/visual,

physical security, and information technology systems. The building’s design shall support federal utility

use reduction goals while also meeting the requirements of local authorities, which will include The

Commission of Fine Arts, National Capital Planning Commission,, Washington Metropolitan Area Transit

Authority , and others. While the building itself is not listed nor intended to be listed on the National

Register of Historic Places, the DC State Historic Preservation Officer is also likely to be included in

consultation, given the significance of fine arts murals in the building’s East Lobby.



This will be a two-phase solicitation. Phase I will consist of offerors submitting their qualifications that

will consist of following factors:



Phase 1: Request for Qualifications



Factor 1 Past Technical Experience



Factor 2 Past Performance



Factor 3 Lead Design Team



Phase II will be issued on or about May 1, 2024. Phase II will include the RFQ. Up to four offerors can be

selected to move to Phase II of the solicitation. Phase I evaluation factors in addition to the Phase II

Evaluation Factors listed below.



Factor 4 Technical Approach



Factor 5 Oral Presentations



Factor 6 Key Personnel



Factor 7 Small Business Utilization Plan



Factor 8 Price Proposal w/ Bid Guarantee

The estimated total construction cost range is $400 - $510 million and the total project period of

performance is approximately 48 months from issuance of the Notice to Proceed.



Phase 1 Qualifications are due on April 1 st , 2024 at 4PM EST


Attachments/Links
Contact Information
Contracting Office Address
  • PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 1 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >