Similar Projects
RFQ - Office of Construction and Facilities Management (CFM), Program Management (PM) Support services
Renovation
Design
Washington, DC 20001

Mechanical MACC
Term Contract
Design
Washington Na, DC 20374

CISA Headquarters Building, St Elizabeths West Campus, SE WASH DC
New Construction, Infrastructure - 620,000 SF
Bidding
$400,000,000 CJ est. value
Washington, DC 20032

RFQ Contractor - VA Medical Center (VAMC) Mechanical Systems Ongoing Maintenance And Repairs BPA
Term Contract
Bidding
Washington, DC 20422

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

P-5001 Joint Air Defense Operations Phase 2
New Construction, Infrastructure
Post-Bid
$100,000,000 CJ est. value
Washington, DC 20036

RFQ D/B - Design/Build Regional Office Building (ROB) Modernization Project
Renovation
Pending Verification
$550,000,000 CJ est. value
Washington, DC 20036

Anchor Small Business, Indefinite-Delivery, Indefinite-Quantity, Multiple Award Construction Contract for General Construction Projects Primarily
Term Contract
Design
$15,000,000 CJ est. value
Washington Na, DC 20374

Anechoic Chamber Refurbishment
Renovation
Bidding
$750,000 CJ est. value
Washington, DC 20375

Multiple Award Construction Task Order Contract
New Construction, Renovation, Demolition
Post-Bid
Washington, DC - Baltimore, Perry Point, MD - Beckley, Clarksburg, Huntington, WV 21201

Security Systems Maintenance (SSM) Contract
Term Contract
Design
Washington, DC 20036

NAVFAC NRL-A47 & B29 Replace Roofs
Build-out, Renovation
Bidding
$500,000 CJ est. value
Washington, DC 20375

DIA Delivery Order Construction (DDOC) IDIQ - Single Award
New Construction, Renovation
Post-Bid
Washington, DC

Job Order Contract (JOC) Construction Services in Washington, Dc Metropolitan Area
Term Contract
Design
Washington, DC 20036

RFQ D/B - National Elevator Construction and Modernization IDIQ
Term Contract
Bidding
Washington, DC 20407

Last Updated 06/06/2023 12:01 AM
Project Title

Phase 3 Construction Management Services, St Elizabeths West Campus, Se Wash Dc

Physical Address View project details and contacts
City, State (County) Washington, DC 20032   (District of Columbia County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected September 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $200,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The General Services Administration (GSA) hereby notifies of the intent to issue a Request for Proposal (RFP) in a negotiated procurement for a CONSTRUCTION MANAGEMENT contract for the Phase 3 Construction Contracts for the Consolidation of the Department of Homeland Security (DHS) at the St Elizabeths West Campus site in Anacostia, DC. The scope will include construction management services for the third phase of construction and renovation, which includes: the Cybersecurity and Infrastructure Security Agency (CISA) Headquarters Building, U.S. Immigration and Customs Enforcement (ICE) Headquarters Building, DHS - Office of Intelligence and Analysis (I&N) Building, remaining Adaptive Reuse Buildings, parking structures and infrastructure/site civil work. The St Elizabeths site is approximately 176 acres and is a National Historic Landmark (NHL) site containing primarily office space and parking structures with some special buildings for conferences and food service. The site, located one mile east of DC on Martin Luther King Boulevard, is the former St. Elizabeths Hospital site in Anacostia, Washington, DC. Three phases were planned in total, with a phasing summary as follows: Phase 1 - new construction for the U.S. Coast Guard Headquarters (USCG) (1,179,500 gsf); Adaptive reuse of historic buildings for DHS at 179,250 gsf; Phase 2 - The Center Building for DHS, Central Utility Plant and DHS Operations Center, a mix of new construction and adaptive reuse projects; and Phase 3 - Cybersecurity and Infrastructure Security Agency (CISA) Headquarters Building, U.S. Immigration and Customs Enforcement (ICE) Headquarters Building, DHS - Office of Intelligence and Analysis (I&A) Building, a mix of new construction and adaptive reuse projects. The contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and must plan, schedule, coordinate and assure effective performance of all construction to meet GSA and client agency requirements. The contractor will perform the construction management services in accordance with the terms and conditions of the contract. The estimated construction management cost range is between $10 - $20 million. The Construction Management Performance Period shall be Base Year and four additional Option Periods. The contract will be Firm Fixed Price. Competitive formal source selection procedures will be used in accordance with FAR 15.3. The goal being to select the proposal that offers the best value to the Government in terms of performance, quality, and pricing. The objective is to select the proposal that offers the most for the money, without necessarily basing selection on the lowest price. The Technical Evaluation Factors are: 1. EXPERIENCE. The offeror must demonstrate its past organizational experience as a Construction Management (CM) Contractor responsible for the construction management of at least two (2) similar projects, within the past ten (10) years, which is comparable in nature, type, and complexity to the project in this solicitation. 2. PAST PERFORMANCE. This factor considers the extent of the Offeror's past performance with reference to such aspects as costs, timeliness, and technical success as part of the consideration. 3. KEY PERSONNEL. This factor considers the qualifications of the key personnel proposed by the offeror to execute the contract requirements for the positions proposed. 4. MANAGEMENT APPROACH. This factor shall consider the CMs management approach, resource capacity, staffing, coordination, and methodologies for managing the St. Es Program. 5. SMALL DISADVANTAGED BUSINESS PARTICIPATION PLAN. The CM shall be evaluated consistent with FAR 19.1203 on the extent of participation of SDB concerns in performance of the contract, in the NAICS Industry Subsector as determined by the Department of Commerce. The professional firm (if not a small business concern), shall be required to present an acceptable small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small-disadvantaged business, and woman-owned small business Subcontracting Plan in accordance with Public Law 95-507 as part of its proposal. The General Services Administration will only make this RFP available electronically at www.sam.gov. GSA intends to upload the RFP at this site on or about June 6, 2023. This site provides instructions for downloading the RFP. In accordance with the requirements of the RFP, all proposals shall be submitted at least 30 calendar days from posting of RFP, as determined by RFP documents. Address for receipt of Proposals shall be stated in the RFP. 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 www.sam.gov posting. North American Industry Classification System (NAICS) Code is 236220 and the Size Standard is $45.0 million. Consideration is open to established, qualified (large and small) firms licensed to perform professional services (FAR 22.1102), which currently have active, properly staffed offices within the continental United Sates (including subcontractors). All qualified responsible firms are encouraged to participate in this procurement. Small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses. All responsible sources may submit a proposal package, which will be considered by the agency. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.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 www.sam.gov 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 www.sam.gov posting. Offerors will not be reimbursed for proposal submittal expenses. INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. 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 FBO 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. NOTE: Commissioning Services are NOT included in this CM3 SOW, thus, commissioning services will be procured separately. GSA PRESS RELEASE dated 05/16/2023: GSA Pilots Buy Clean Inflation Reduction Act Requirements for Low Embodied Carbon Construction Materials https://www.gsa.gov/about-us/newsroom/news-releases/gsa-pilots-buy-clean-inflation-reduction-act-requirements-for-low-embodied-carbon-construction-materials-05162023 The Construction Services for CISA HQ Building has been designated as one of the projects under the Inflation Reduction Act Pilot Program. The attached link to the Press Release contains important and beneficial links regarding the Pilot Program. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents