Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2025 SAM #8478
SOLICITATION NOTICE

Z -- General Services Administration seeks a residential construction contractor for renovation of residential building for Armed Forces Retirement Home in Washington, DC.

Notice Date
2/10/2025 7:53:44 AM
 
Notice Type
Solicitation
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 3 WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
47PM0325R0002
 
Response Due
2/21/2025 1:00:00 PM
 
Archive Date
02/21/2025
 
Point of Contact
Harvelle Fuller, Phone: 2026990759, Elwora ""Liza"" Ahmed, Phone: 2022559273
 
E-Mail Address
harvelle.fuller@gsa.gov, elwora.ahmed@gsa.gov
(harvelle.fuller@gsa.gov, elwora.ahmed@gsa.gov)
 
Description
SOLICITATION NOTICE The General Services Administration (GSA), Public Buildings Service (PBS), National Capital Region (NCR), intends to issue a Request for Proposal (RFP) for a single firm fixed price contract for construction services for renovation of residential building for the Armed Forces Retirement Home (The Sheridan Building) in Washington, DC. Type of Work The work to be performed under the terms of this contract includes the following: providing all management, labor, materials, equipment and transportation in support of general construction and renovation of a residential building. The Sheridan Building is a 387,350 Sq Ft, eight floor building built in 1962 on the 272-acre campus of the Armed Forces Retirement Home (AFRH) at 3700 N Capitol Street NW, DC 20011. The campus is listed as a historic district on the National Register of Historic Places. Any construction activities that impact the Sheridan Building area may require historical preservation review. The Sheridan building is the main dormitory building on campus and provides independent and assisted living residences. After the full renovation project, the Sheridan building will contain 491 residential spaces with basement amenities. Resident rooms will consist of kitchenettes, ADA bathrooms, living space, and bedrooms (if applicable). The resident rooms will range in size between roughly 450 � 750 sq. ft. The goal is to provide an inviting residential building that will attract and retain future veteran retirees. A determination by the Government not to complete this requirement as a set-aside based upon responses to the Sources Sought and other Market Research is solely within the discretion of the Government. The North American Industry Classification System (NAICS) code for this work is 236118, small business size standard is $45.0 million. All responsible firms may submit an offer. This procurement will require the use of Project Labor Agreements (PLAs), which is mandatory for large scale construction projects (exceeding $35 million). 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. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Pre-Proposal Conference and Site Visit Information The Pre-Proposal Meeting and Site Visit will be conducted on WEDNESDAY, JANUARY 29, 2025 AT 10:00 AM EST. Location: Eagle Gate 140 Rock Creek Church Rd NW, Washington, DC 20011 Scott Building (Main Entrance) Lower Level Conference Center/Community Room Interested offerors are strongly encouraged to attend the Pre-Proposal Conference and Site Visit. Submit an attendee name, company, company designation, and email addresses by emailing the Contract Specialist no later than 2:00 PM EST on FRIDAY, JANUARY 24, 2025 in order to receive the meeting invitation. RFI: After the site visit, all questions, or Requests for Information (RFI), shall be submitted BY 4:00 PM EST WEDNESDAY, FEBRUARY 05, 2025. Proposal Due Date The solicitation closing date will be FRIDAY, FEBRUARY 21, 2025, AT 4:00PM EST.. ----------------------------------------------------------------------------------------------------------------------- System for Award Management (SAM) Registration All information, amendments and questions concerning this solicitation will be electronically posted at the government point of entry (GPE) website: http://www.sam.gov. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site athttps://www.sam.gov, or by contacting the SAM Service Desk at http://www.fsd.gov. Interested firms are required to submit their representations and certifications through the SAM website. The solicitation and associated information will be available from the SAM site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned SAM posting. Offerors will not be reimbursed for proposal submittal expenses. ----------------------------------------------------------------------------------------------------------------------- DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to the SAM site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the Offeror�s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an Offeror�s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. ***IF ISSSUES DOWNLOADING '8b. AFRH-Sheridan Building..' PLEASE UTILIZE GOOGLE***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bbfec6029ed042e292004d32e76e9031/view)
 
Place of Performance
Address: DC 20011, USA
Zip Code: 20011
Country: USA
 
Record
SN07338009-F 20250212/250210230030 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.