Skip to main content

An official website of the United States government

You have 2 new alerts

PHASE 3 CONSTRUCTION MANAGEMENT SERVICES, St Elizabeths West Campus, SE Wash DC

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: Presolicitation (Original)
  • Original Published Date: May 26, 2023 05:23 pm EDT
  • Original Response Date: Jul 07, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R799 - SUPPORT- MANAGEMENT: OTHER
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington , DC 20032
    USA

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.

Contact Information

Contracting Office Address

  • PBS R11 CONSTRUCTION SERVICES DIVSION CTR 2 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA

Primary Point of Contact

Secondary Point of Contact





History