Similar Projects
Key Elementary School Modernization - AM0-SG403 - District of Columbia
Addition, New Construction, Renovation, Infrastructure
Conception
$20,500,000 CJ est. value
Washington, DC 20016

2215 5th Street Northeast Building Renovations - AM0-BRM16 - District of Columbia
Addition, Infrastructure, Renovation
Conception
$9,400,000 CJ est. value
Washington, DC 20002

The Portals / Phase IV
New Construction, Infrastructure
Design
$25,000,000 CJ est. value
Washington, DC 20024

Skyland Town Center Block 4
New Construction, Infrastructure - 21,200 SF
Design
$2,120,000 CJ est. value
Washington, DC 20011

BlueMercury / Washington, D.C.
New Construction, Infrastructure
Bidding
$1,000,000 CJ est. value
Washington, DC 20009

RFQ - Indefinite Delivery Indefinite Quantity Architectural Engineering Contracts
Term Contract
Post-Bid
$125,000,000 CJ est. value
Denver, CO 80202

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

District of Columbia Power Line Undergrounding (DC Plug) Feeder 15009
Infrastructure
Results
$15,664,433 CJ est. value
Washington, DC 20036

Citywide Large Guide Sign Maintenance
Infrastructure
Results
$26,028,681 CJ est. value
Washington, DC 20036

Belmont Crossing Phase I - Vertical
New Construction, Infrastructure - 232,696 SF
Construction
$25,000,000 CJ est. value
Washington, DC 20032

Howard Road Mixed-Use
New Construction, Infrastructure
Construction
$295,000,000 CJ est. value
Washington, DC 20020

Chinatown Mixed-Use
New Construction, Infrastructure - 7,174 SF
Pending Verification
$27,000,000 CJ est. value
Washington, DC 20001

RFP Design - Architectural/Engineering Services for New Engine Company 26 Firehouse Facility
New Construction, Infrastructure
Pending Verification
$14,000,000 CJ est. value
Washington, DC 20018

HT0-UMV01-East End Medical Center - District of Columbia
Addition, Renovation, Infrastructure
Conception
$383,700,000 CJ est. value
Washington, DC 20036

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

Last Updated 10/18/2023 01:04 AM
Project Title

CISA Headquarters Building, 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, Heavy and Highway
Sub-Category(s) Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Request for Qualifications, Construction start expected December 2023
Bids Due View project details and contacts
Estimated Value $400,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

10/04/2023 - ISSUED AMENDMENT 0008 Proposal receipt date and time EXTENDED to OCOTBER 31, 2023, by 3:00PM EST Amendment 0008 contains 6 attachments: IRA RFI LOG, Revised SF 1442 Pricing Sheet, Spec Section 011000- Summary, Spec Section 018113.13- Embodied Carbon Design Requirements, Sketch SE-106A - STRUCTURAL FRAMING PLAN - LEVEL 1 A (controlled), Sketch SE-306 - TYPICAL RATED BOLLARD DETAILS (controlled) Note: The Inflation Reduction Act of 2022 (IRA), Pub. L. No. 117-169, enacted in August 2022, provided GSA with significant funding for (a) measures necessary to convert facilities to high- green buildings, (b) acquisition and installation of construction materials and products with substantially lower levels of embodied greenhouse gas emissions, and (c) emerging and sustainable technologies. The Contract resulting from this Solicitation will be funded in part by IRA appropriations, and it contains numerous IRA-specific requirements. Requirements include, but are not limited to, requirements regarding pricing, invoicing, submittals, materials, and construction. In addition, please note that this Solicitation contains an evaluation factor favoring certain construction materials with the lowest possible levels of embodied carbon. Offerors shall carefully review this Solicitation, the Agreement, the Statement of Work, the Specifications, and the Drawings. Offerors are responsible for accurately pricing and, if successful, fully performing all Contract requirements. ----------------------------------------------------------------------------------------------------- 09/25/2023 - ISSUED AMENDMENT 0007 Proposal receipt date and time remains as OCOTBER 6, 2023, by 3:00PM EST Amendment 0007 contains 6 attachments: 2 spec documents and 4 drawings. [Amendment 0007 Link included/Amend 0007 Link Password provided by email to vendors previously granted access under the RFP) Note: The Inflation Reduction Act of 2022 (IRA), Pub. L. No. 117-169, enacted in August 2022, provided GSA with significant funding for (a) measures necessary to convert facilities to high- green buildings, (b) acquisition and installation of construction materials and products with substantially lower levels of embodied greenhouse gas emissions, and (c) emerging and sustainable technologies. The Contract resulting from this Solicitation will be funded in part by IRA appropriations, and it contains numerous IRA-specific requirements. Requirements include, but are not limited to, requirements regarding pricing, invoicing, submittals, materials, and construction. In addition, please note that this Solicitation contains an evaluation factor favoring certain construction materials with the lowest possible levels of embodied carbon. Offerors shall carefully review this Solicitation, the Agreement, the Statement of Work, the Specifications, and the Drawings. Offerors are responsible for accurately pricing and, if successful, fully performing all Contract requirements. --------------------------------------------------------------------------------------- 09/15/2023 - ISSUED AMENDMENT 0006 Proposal receipt date and time hereby REMAINS as OCTOBER 6, 2023, by 3:00 pm EDT General Decision Number DC20230002 MOD 9 dated 09/01/2023 ROUND 3 CISA Headquarters RFIs and Responses LOG [Link included containing Misc Acq Docs, Utilities, Specs & Dwgs as attachments/Amend 0006 Link Password provided by email to vendors previously granted access under the RFP) VIRTUAL Pre-Proposal Conference for RFP- EQWPC-23-0001CISAHQ, CISA NEW Build, St Elizabeths W Campus SE Wash DC, will be held on GOOGLE MEETS, as follows: Date: Monday, September 25, 2023 Time: 1:00 PM - 3:00 PM Eastern Time Representatives from the GSA/PBS Office of Design and Construction and the IRA Program Division will be available to answer any questions and address any concerns. No Pre-Registration required. ID meet.google.com/acy-hqtj-etj Phone Numbers (US)+1 219-321-0288 PIN: 641 839 077# THIS WILL BE RECORDED. *ALL QUESTIONS MUST BE SUBMITTED to the attention of the Contracting Officer at bonnie.echoles@gsa.gov and the Project Manager at steven.p.wright@gsa.gov by 12:00 pm Eastern Time (noontime) Thursday, September 21, 2023. Note: The Inflation Reduction Act of 2022 (IRA), Pub. L. No. 117-169, enacted in August 2022, provided GSA with significant funding for (a) measures necessary to convert facilities to high- green buildings, (b) acquisition and installation of construction materials and products with substantially lower levels of embodied greenhouse gas emissions, and (c) emerging and sustainable technologies. The Contract resulting from this Solicitation will be funded in part by IRA appropriations, and it contains numerous IRA-specific requirements. Requirements include, but are not limited to, requirements regarding pricing, invoicing, submittals, materials, and construction. In addition, please note that this Solicitation contains an evaluation factor favoring certain construction materials with the lowest possible levels of embodied carbon. Offerors shall carefully review this Solicitation, the Agreement, the Statement of Work, the Specifications, and the Drawings. Offerors are responsible for accurately pricing and, if successful, fully performing all Contract requirements. 04/14/2023 REMINDER: To ALL registrants for the Pre-Bid Walk for the Construction Services for the CISA Headquarters Building, St Elizabeths West Campus, SE WASH DC scheduled for April 17, 2023, at 11:00 AM EDT: In order to avoid any delays upon check-in, please ensure you have completed the registration process before arrival, using the visitor portal sent via email (no-reply-chqvisit@hq.dhs.gov). Once completed registration will come with an e-mail confirmation, barcode, and visit start date. Arrival Instructions: St Elizabeths West Campus 2701 Martin Luther King Jr., Ave., S.E. Washington, D.C. 20032 ENTER Gate 2 - Visitors parking available The General Services Administration (GSA), National Capital Region, Public Building Services (PBS), is hereby issuing a Request for Proposal (RFP) for a General Contractor for Construction Services for the CISA Headquarters Building, St Elizabeths West Campus, SE WASH DC. This solicitation is being issued on a full and open competitive basis. Large business firms must comply with FAR 19.7 and FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. All responsible sources are highly encouraged to participate. Project Background: The Project will be located on the former of the St. Elizabeth's Hospital, a National Historic Landmark, and former mental health hospital that was previously operated by the District of Columbia Health and Human Services. The St. Elizabeth's Campus is located on Martin Luther King, Jr. Avenue in the Anacostia neighborhood of Southeast Washington, D.C. The West Campus and a portion of the East Campus have been selected to meet the operational housing needs for the DHS. The West Campus, a 176- acre , is situated on the "topographic bowl" of the District of Columbia and offers panoramic views of the city. The campus contains 62 historic buildings, 134 character defining landscape features and a historic cemetery, in which soldiers from the Civil War era, as well as former patients, are interred. The project is part of the DHS headquarters operations consolidation into a secure, 4.5 million gross square feet (GSF) campus at the St. Elizabeth's Campus in the Southeast quadrant of Washington, DC. The resultant campus will be the central core for leadership, operations coordination, policy, and program management functions in support of DHS's strategic goals. The US Department of Homeland Security (DHS) will be consolidating its key leadership, policy, management, programs and mission execution personnel to the St. Elizabeths (St. Es) West Campus, located in Anacostia Washington, DC. Specifically, this acquisition plan is for the new construction of the DHS Cybersecurity and Infrastructure Security Agency (CISA) Headquarters Building, including all associated efforts to construct a new building. The CISA HQ Building project is part of Phase 3 of the DHS Consolidation Project. As part of the program, the CISA HQ Building will consist of demolition of existing buildings, adaptive reuse of existing buildings, and construction of a new facility to meet CISA's operational needs. NAICS Code: The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5 million. Product Services Codes (PSC): The applicable Product Service Code is Y1AA - Construction of Office Buildings. Period of : The period of for the construction of the new CISA HQ Building is 807 calendar days. Disclosure of of Construction Project: The estimated price range for the Project is between $300,000,000 and $400,000,000. Competitive Procedures: This procurement will be competed utilizing full and open competition. Competitive proposals will be requested in accordance with FAR 15 "Contracting by Negotiations." Selection Procedures. The objective of the Source Selection Process is to select a proposal that represents the best value to the Government. The award will be made to the responsible Offeror whose proposal conforms to the solicitation and offers the best value to the Government, considering the price and non-price factors. The evaluation will be based upon not only price but the following non-price factors, as listed in descending order of importance: Factor 1 - Experience; Factor 2 - Past ; Factor 3 - Key Personnel (Experience and Qualifications of Key Personnel); Factor 4 - Management Plan & Schedule; Factor 5 - Subcontracting Plan; Factor 6 - Project Labor Agreement This procurement will require the successful Offeror (if a large business) to submit a Subcontracting Plan (FAR 19.7) which shall outline the subcontracting goals for small, veteran-owned small, service-disabled veteran-owned small, small disadvantaged, HUBZone small, and women-owned small business concerns if the successful Offeror is not a small business. Offerors have an option to submit ot not to submit a Project Labor Agreement (PLA). In accordance with E.O. 14063, Project Labor Agreement (PLA) requirement applies to "large-scale construction projects for which the total estimated cost of the construction contract to the Federal Government is $35 million or more." This procurement has a total estimated contract value (including options) at or above $10.0M, therefore, INFORM 2.0 will apply and all INFORM 2.0 processes will be followed. GSA requires a bid guarantee in accordance with FAR 52.228-1 with each offeror's proposal. GSA requires and Bonds prior to the issuance of the Notice to Proceed. Architect-Engineer of Record: ZGF ARCHITECTS LLP 1223 SW Washington Street, Suite 200 Portland, OR 97205 Procurement Schedule: A has been scheduled for April 17, 2023 at 11:00 AM EST. of entry: GATE 2: St Elizabeths West Campus, 2701 Martin Luther King Jr Ave, SE, Wash., DC 20032. Pre-registration is required for all attendees for the pre-proposal . The shall be limited to not more than two (2) representatives from each Offeror (and (2) representatives from each Prime Subcontractor). Please submit the Registration Form to the point of contact listed below by April 12, 2023, by 12:00PM EST. Please ensure registered attendees arrive early to allow adequate time to go through security screening. Name: Steven Wright, Esq., Project Executive Cell Phone: 202-713-7652 Email: steven.p.wright@gsa.gov All requests for information (RFIs) shall be submitted via email to bonnie.echoles@gsa.gov and are due by 05/01/2023 by 3:00PM EST. Any responses will be issued via Amendment to the solicitation. Receipt of Offers: In order to be considered for award, offers conforming to the requirements of the Solicitation must be received at the following office no later than 3:00 pm EST, local time via email only on the following date and at the following address. Date: May 22, 2023. Separate Technical and Price Proposal volumes. Email Address: bonnie.echoles@gsa.gov Interested Parties/How to Offer This Solicitation will only be available electronically. through sam.gov, a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors are responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the.sam.gov website to have access to solicitation material. For additional registration information, the sam.gov website. To ensure that you receive all information regarding this solicitation, please register to receive updates at sam.gov, and follow the procedures for notification registration. NOTE: Due to the size of the attachments, there will be 2 or 3 separate uploads for the entire Solicitation. *Some or all of the documents for this project may be controlled unclassified information and property of the United States Government and if so we will not be obtaining them. Users must register with Beta.Sam in order to view and obtain controlled unclassified documents. *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

10 Stories Above Grade, 620,000 SF.
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