Skip to main content

An official website of the United States government

You have 2 new alerts

St Elizabeths West Campus SATOC

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jan 25, 2024 05:10 pm EST
  • Original Published Date: Sep 22, 2023 11:49 am EDT
  • Updated Date Offers Due: Mar 13, 2024 02:00 pm EDT
  • Original Date Offers Due: Oct 31, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 29, 2024
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1AA - MAINTENANCE OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington , DC 20032
    USA

Description

Amendment 0005 issued on 01/25/24 ( See attachments) 

Solicitation No. 47PM0423R0032 for the St. Elizabeth West Campus SATOC located at 2701 Martin Luther King Jr., Ave., S.E., Washington, DC  is hereby amended (0005) to include the following: 

1) The bid due date and time for proposals to the solicitation has been revised and extended from  January 31, 2024 to March 13, 2024, no later than 2:00pm (EST). 

A forthcoming amendment will be published to update the Base SATOC package documentation with all pertinent information required for bidding.

All other terms and conditions remain the same.

All queries to this solicitation shall be submitted in writing via email to Contract Specialist, Georgia Robinson at Georgia.Robinson@Gsa.Gov and the Contracting Officer Marquida Gaskins at Marquida.gaskins@gsa.gov.

Your Technical Proposal and Price Quote shall be sent electronically to Contract Specialist Georgia Robinson at Georgia.Robinson@Gsa.Gov and cc Contracting Officer Marquida Gaskins at Marquida.gaskins@gsa.gov.

------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Amendment 0004 issued on 12/20/23 ( See attachments) 

Solicitation No. 47PM0423R0032 for the St E's West Campus SATOC located at 2701 Martin Luther King Jr., Ave., S.E. is hereby amended as follows:

1) To extend the proposal due date from 01/04/24 to 1/31/24, no later than 12:00PM EST.
2) To change the Contracting Officer from Nicole Dent to Marquida Gaskins, effective immediately. 

The government is in the process of revising the SOW for the SEED project. This information along with an revised solicitation and agreement will be forthcoming in an upcoming amendment.

All other terms and conditions remain unchanged. 

If you have any questions about this amendment, please contact the Contract Specialist Georgia Robinson at  Georgia.Robinson@Gsa.Gov and the Contracting Officer Marquida Gaskins at Marquida.gaskins@gsa.gov 
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Amendment 0003 issued on 11/22/23 ( See attachments) 

Solicitation No. 47PM0423R0032 for the St E's West Campus SATOC located at 2701 Martin Luther King Jr., Ave., S.E. is hereby amended to Solicitation to include the following updated documents and to extend the proposal due date.

1) Form 527 23 11 21

2) Wage Determination Rates 23 11 07

3) Site Visit Attendance Sheet Final 23 10 11

4) RFI responses 23 11 07

5) Extend the proposal due date from 11/30/2023 to 01/04/24 No later than 12:00PM EST.

The government is in the process of revising the SOW for the SEED project. This information along with an revised solicitation and agreement will be forthcoming in an upcoming amendment. All other terms and conditions remain unchanged. If you have any questions about this amendment, please contact the Contract Specialist Georgia Robinson at Georgia.Robinson@Gsa.Gov and the Contracting Officer Nicole Dent at Nicole.Dent@Gsa.Gov

-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Amendment 0002 issued on 11/02/23 ( See attachments) 

Solicitation No. 47PM0423R0032 for the St Es West Campus SATOC located at 2701 Martin Luther King Jr., Ave., S.E. is hereby amended to: 1. Extend the proposal due date due to the high volume of RFIs received. RFIs responses will be issued via an amendment upon completion. The RFP due date is extended to Thrusday, November 30, 2023 no later than 12:00pm EST. Please submit your proposal to georgia.robinson@gsa.gov and cc Nicole.Dent@gsa.gov.

-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Amendment 0001 issued on 9/28/23 ( See attachments) 

Solicitation No. 47PM0423R0032 for the St Es West Campus SATOC located at 2701 Martin Luther King Jr., Ave., S.E. is hereby amended to: 1. Provide vendors with the Scope of Work dated July 13, 2023. 2. Reschedule Site Visit to Wednesday, October 11, 2023. RFIs will be due on October 18, 2023 by 11:00am EST. The RFP due date is extended to Monday, November 13, 2023 no later than 12:00pm EST

------------------------------------------------------------------------------------------------------------------------------------------------------------------------

The Government contemplates the award of a Firm Fixed Price Contract Single Award Task Order Contract for the St. Elizabeths Campus located in Washington, DC. The estimated values of all projects/task orders will range from $3.500 up to the simplified acquisition threshold (currently $250,000.00). Award of this contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under the Solicitation in advance of such time as funds are made available to the Contracting Officer.

This solicitation will be awarded using the Lowest Price Technically Acceptable (LPTA). This acquisition will be Total Small Business Set-Aside

The term of the IDIQ contract will be a one (1) year base with four (4) one-year options. The contract will not include pre-negotiated line-item pricing. Each project/task order will not be competed using criteria established by the ordering office. This contract vehicle will be utilized by the Regional 11 only.

The scope of this proposed procurement includes the provision of the following services:

1) Construction services, including, but not limited to general office renovation; interior construction; exterior construction repair; general repair and alteration work; installation of new and the alteration of existing power panels; carpet and carpet tile replacement; painting; HVAC duct work modification; modification of existing building fire sprinkler systems; plastering and plaster repair work; sidewalk repairs/replacement; asphalt/concrete paving;

2) Alteration services, including, but not limited to: electrical, carpentry, masonry, plumbing,  mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, re-pointing,  cleaning, sealing, design-build services; roofing involving installation, repair and alteration, and removal;  and paving relevant to property and roads owned, leased or otherwise under the control of GSA, or  other authorized Federal agencies; and other related work. Additionally, design work incidental to construction as well as design/build work are included.

This proposed procurement is anticipated to be set aside for small businesses under FAR 19.502-2. IDIQ contracts will be awarded to responsible offerors whose proposals offer the best overall value to the Government. Individual projects/task orders will range in value from $3,500.00 to the simplified acquisition threshold (currently $250,000.00.) The NAICS code applicable to this proposed procurement is 236220 and the size standard is $39.5 million. Prospective contractors should have bonding capacity of a minimum of $500,000.00.

To encourage participation in this RFQ, a pre-submission meeting will be scheduled at later date. An amendment to this notice will be for issued with the date, time, and location. Attendance is completely voluntary and will not positively or negatively impact a team's evaluation. Those wishing to attend should RSVP to Nicole Dent, Contracting Officer, at Nicole.Dent@gsa.gov and Georgia Robinson, Contract Specialist Georgia.Robinson@gsa.ogv  In the e-mail, please provide the names of those attending.

All responsive offers will be considered. The prime contractor must be registered in the System for Award Management (www.sam.gov).

Contact Information

Contracting Office Address

  • PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 4 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA

Primary Point of Contact

Secondary Point of Contact

History