Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2025 SAM #8602
SOLICITATION NOTICE

Z -- Z--EPA Headquarters Facilities Improvement Projects

Notice Date
6/13/2025 12:27:31 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
 
ZIP Code
45268
 
Solicitation Number
68HERC25R0196
 
Response Due
6/30/2025 6:00:00 AM
 
Archive Date
12/31/2025
 
Point of Contact
Forrest, Gregory, Phone: 513-487-2011
 
E-Mail Address
forrest.gregory@epa.gov
(forrest.gregory@epa.gov)
 
Description
Pre-Solicitation Notice: Solicitation 68HERC25R0196 Fusion Procurement for William Jefferson Clinton Buildings Facility Improvement Projects The United States Environmental Protection Agency (EPA), Headquarters Facilities in the Washington D.C., metropolitan area has a requirement for Facility Improvement Projects. The Government anticipates establishing four (4) single-award Indefinite-Delivery Indefinite-Quantity (ID/IQ) with a five-year ordering period at the William Jefferson Clinton (WJC) buildings, located at 1200 Pennsylvania Avenue NW, Washington, DC, 20004. These contracts shall allow for the use of Firm Fixed Price task orders. The WJC buildings are comprised of the North, South, East, West buildings, and the Connecting Wing. EPA occupies all 7 floors and basement except for the 1st floor and 2nd floor of the Connecting Wing. Each of the ID/IQs will support a different functional task area. Functional Task Area A Painting: Patching, Painting and Wallpaper replacement shall include specified hallways and office areas including open cubicle workspaces, private offices, conference spaces, file rooms, reception areas, equipment covers, and doors in the areas identified in Attachment A of the Draft Statement of Work (SOW). Functional Task Area B Carpet: Carpet installation shall include installation of new carpet, rubber base molding, and carpet transition strips in open cubicle workspaces, private offices, conference spaces, file room, reception areas/lobbies, etc. in the areas identified in Attachment B of the Draft SOW. Both the Functional Task Area A and B are anticipated to be high-volume concurrent efforts happening across many areas of the various buildings. Functional Task Area C Construction: General construction services shall be performed on an as needed basis in all areas of the historical facility on any building system including, but not limited to, building envelope and fa�ade, concrete walkways, conveyance, abatement, electrical, fenestrations, fire suppression, framing, HVAC, lighting, paving, plumbing, outdoor roofing, security infrastructure, structural, or other related building systems as identified in Attachment C of the Draft SOW. Functional Task Area D Specialty Painting and Remediation: Provide Speciality Painting and Remediation Services as identified in Attachment D of the Draft SOW. The successful contractor of any of the resultant contract(s) will be expected to provide all necessary labor, materials, and services in support of the efforts delineated by the attached Draft SOW. For planning purposes only organized site visits are tentatively scheduled from July 15-17, 2025, at the WJC Building. Potential offerors are urged and expected to inspect the buildings where the project improvements are to be performed and to satisfy themselves regarding all general and local conditions that may affect contract performance, to the extent that the information is reasonably obtainable. Specifics of the site visits will be issue via an amendment to this announcement. No more than three (3) attendees from each potential offeror are authorized. Since these site visits will be conducted on a Federal Facility, all attendees must be US citizens. The request to attend must include the full name of each attendee and potential offeror they each represent. All attendees must be able to provide a REAL ID-compliant driver�s license, or alternative acceptable form of identification upon arrival. Driver's licenses that do not comply with the REAL ID Act (i.e., do not display the star marking) will not be accepted as identification. Individuals who do not have a compliant driver�s license may present alternative forms of identification to gain access to the federal facility. You�ll find the list on the USAccess Program's page that identifies alternative documents: USA ACCESS. An Enhanced Driver�s License would be considered an alternative form of ID, per the DHS FAQs. This acquisition is being conducted as full and open competition for Functional Task Areas A, B, and C. Functional Task Area D will be set-aside for small business. The North American Industry Classification System (NAICS) code for the overarching procurement is NAICS 236220� Commercial and Institutional Building Construction with a size standard of $45.0M. For Functional Task Areas A and D: NAICS 238320-Painting and Wall Covering Contractors with a size standard of $19.0M will apply. For Functional Task Area B: NAICS 238330-Florring Contractors with a size standard of $19M will apply. For Functional Task Area C: NAICS 236220� Commercial and Institutional Building Construction with a size standard of $45.0M will apply. Award for Functional Areas A, C, and D will be made in accordance with FAR Part 15 � Contracting by Negotiation. Award for Functional Areas B will be made in accordance with FAR Part 12 � Acquisition of Commercial Products and Commercial Services and FAR Part 15 � Contracting by Negotiation. The point of contact is Contract Specialist, Greg Forrest (forrest.greg@epa.gov). It is anticipated the solicitation will be posted on FBO and the www.FedConnect.net website on or about June 30, 2025 and the proposal deadline for each of the four (4) contracts will be approximately thirty (30) days thereafter. All responsible vendors may submit proposals for EPA�s consideration, and vendors may submit proposals for more than one (1) functional task area. No hard copies will be available. The solicitation 68HERC25R0196 will be available for downloading at FedConnect� located at the following internet address: www.fedconnect.net/. Questions relating to the solicitation are required to be submitted electronically through FedConnect�. The EPA will be allowing questions during the site visit and responses to the questions will be posted. All responses to questions will be released on FedConnect�. At this Internet site you will be able to register with FedConnect�, enabling you to download the solicitation once released, join the mailing list, and to submit questions. If you need technical assistance in registering or for any other FedConnect� function, call the FedConnect� Help Desk at (800) 899-6665 or email at support@fedconnect.net. Contractor registration in the Government�s System for Award Management (SAM) is required in order to submit a proposal in response to the Solicitation and/or to be eligible for contract award. Registration may be completed and information regarding the registration process may be obtained at http://www.sam.gov. Once issued, solicitation documents will be available electronically for download at https://www.fedconnect.net. Hard copies of the solicitation package will not be distributed. Electronic copies of responses will be required and must be submitted via FedConnect� (https://www.fedconnect.net). E-mail or other methods of proposal submission will not be accepted and will not qualify as valid responses to the Solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/567ecc07604c46149aef4dcdc494dea6/view)
 
Place of Performance
Address: 1300 Pennsylvania Ave. NW, Washington, DC 20004, USA
Zip Code: 20004
Country: USA
 
Record
SN07477195-F 20250615/250613230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.