Skip to main content

An official website of the United States government

You have 2 new alerts

IDIQ JOB ORDER CONTRACT (JOC) CONSTRUCTION SERVICES IN WASHINGTON, DC METROPOLITAN AREA ((( Multiple Small Business Set-Asides)))

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: Presolicitation (Original)
  • Original Published Date: May 15, 2023 06:38 pm EDT
  • Original Response Date: Jun 16, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1JA - MAINTENANCE OF MUSEUMS AND EXHIBITION BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:

Description

The Smithsonian Institution intends to solicit and award Multiple Firm-Fixed-Price (FFP) Indefinite Delivery

Indefinite Quantity (IDIQ) Job Order Contract (JOC) with a maximum not-to-exceed ceiling of $13 million over the

contract term five years.

The Primary North American Industry Classification System (NAICS) Code for this procurement is 236220,

Commercial and Institutional Building Construction with a size standard of $45M.

The work will cover renovations restoration, emergency response, clean up and restoration after an event, general

modifications, repairs and alterations to Smithsonian's museums and facilities in Washington, DC metropolitan area (Maryland and Virginia), to meet safety requirements and other considerations issued by the U.S. Congress.

The types of work to be performed includes, but is not limited to; demolition, heavy electrical, heavy mechanical,

plumbing, HVAC, plastics, thermal and moisture protection, fire protection, sprinkler systems, asbestos removal,

lighting, ceramic tile, etc.

This procurement is set-aside for  Service Disabled Small Business.

This request is a two-step process.  The Request for Qualifications will be Phase 1 and will pre-qualify offerors for

participation in Phase 2 - Request for Proposal.   Phase 1 will be released in mid-June 2023. Responses will be due

within forty-five (45) days of release. Electronic copies will be uploaded to this https://www.sam.gov .

All contractors have to be registered in the SAM (System for Award Management) Database https://www.sam.gov

 prior to contract award pursuant to FAR provision 52.204-7. Therefore, prospective offerors are encouraged to

register prior to the submittal of qualifications /proposals.  The guidelines for registration in SAM are also available

at: https://www.fsd.gov/gsafsd_sp?id=gsafsd_kb_articles&sys_id=9a5fb2171bc26110860e62cfe54bcb76

THIS IS NOT A REQUEST FOR PROPOSALS.

Contact Information

Contracting Office Address

  • 2011 CRYSTAL DR SUITE 350
  • ARLINGTON , VA 22202
  • USA

Primary Point of Contact

Secondary Point of Contact

History