SOURCES SOUGHT
Z -- General Services Administration seeks a residential construction contractor for renovation of historic residential building for Armed Forces Retirement Home in Washington, DC. The Sheridan Building is a 387,350 Sq Ft, eight floor building built in 1962.
- Notice Date
- 9/29/2025 4:48:01 AM
- Notice Type
- Sources Sought
- NAICS
- 236118
— Residential Remodelers
- Contracting Office
- PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 3 WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- EQWPIA-24-0010-M0001
- Response Due
- 10/27/2025 1:00:00 PM
- Archive Date
- 10/27/2025
- Point of Contact
- Harvelle Fuller, Phone: 202-699-0759
- E-Mail Address
-
harvelle.fuller@gsa.gov
(harvelle.fuller@gsa.gov)
- Description
- This is a Sources Sought Synopsis announcement only; a market survey for information only, to be used for preliminary planning purposes. This sources sought synopsis DOES NOT constitute a request for proposal, request for quote, invitation for bid, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government is not obligated to and WILL NOT pay for information received as a result of this announcement. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of Construction firms to compete for and perform a Firm Fixed Price Contract located within 50 miles of Washington, DC, Zip code 20011. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The Small Business size standard for NAICS code 236118 is $45.0 million dollars in average annual receipts over the past three years. This Sources Sought Notice encourages full and open competition. Prior Government contract work is not required for submitting a response under this source sought synopsis. PSC Code: Z2AA (Repair or Alteration of Office Buildings) A determination by the Government not to complete this requirement as a set-aside based upon responses to this Notice and other Market Research is solely within the discretion of the Government. SCOPE: The General Services Administration (GSA), Public Building Service (PBS), is seeking a potential source capable of furnishing all management, labor, materials, equipment and transportation in support of general construction to renovate the Armed Forces Retirement Home (AFRH), Sheridan Building in Washington, DC. The Sheridan Building is a 387,350 Sq Ft, eight floor building built in 1962 on the 272-acre campus of the AFRH at 3700 N Capitol Street NW, DC 20011. The campus is listed as a historic district on the National Register of Historic Places. Any construction activities that impact the Sheridan Building area may require historical preservation review. The Sheridan building is the main dormitory building on campus and provides independent and assisted living residences. When fully completed, the renovated building will contain 491 residential spaces with basement amenities. Resident rooms will consist of kitchenettes, ADA bathrooms, living space, and bedrooms (if applicable). The resident rooms will range in size between roughly 450 � 750 sq. ft. The goal is to provide an inviting residential building that will attract and retain future veteran retirees whether single or as a couple. The Government anticipates the award of a single Firm Fixed Price construction contract. The ESTIMATED cost range for this project is between $90M and $130M and is subject to availability of funds. The period of performance (POP) is approximately 655 calendar days (Base Contract, Area A) and approximately 540 calendar days ( Option, Area B). If qualified and interested, per the definition above, please submit a Written Letter of Interest (Maximum of 10 pages) via email stating the following: Name of your company, address, point of contact with phone number, e-mail address and fax number. Your company�s interest in submitting a proposal once solicitation is issued. Include Business size for the assigned NAICS code. In addition to the size of business, is your firm a Small Business? If yes, please acknowledge all socio-economic indicators that apply: SB - Small business concerns 8(a) - SBA Certified 8(a) Participant SOB - Small business concerns owned and operated by socially and economically Disadvantaged individuals WOSB - Small business concerns owned and controlled by women HubZone - Qualified HUBZone small business concerns SDVOSB - Small business concerns owned and controlled by service-disabled Veterans VOSB - Small business concerns owned and controlled by veterans (Non Service-disabled) Indicate your company's experience and direct responsibility on a project/program of similar size, complexity of scope, and price. Include a brief description of at least (3), and no more than (5) completed projects in the past (10 years) of similar magnitude and complexity, customer names and phone numbers (if the Government requires additional information), timeliness of performance, and dollar values of the projects. Describe your company�s bonding capability. If your company is/will be part of a joint venture, state names of joint venture members and their business size(s). In addition to the above, this project exceeds the threshold for requirement of a Project Labor Agreement (PLA). A PLA is defined as a pre?hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement as defined in Subpart 22.5 of the Federal Acquisition Regulation (FAR). Pursuant to the FAR, agencies are required to use PLAs in large-scale construction projects unless an exception applies. All PLAs must include: Provisions that bind all contractors and subcontractors on the construction project to the agreement. Allow all contractors and subcontractors on the construction project to compete for contracts and subcontracts without regard to whether they are otherwise parties to collective bargaining agreements. Contain language that guarantees against strikes, lockouts, and similar job disruptions. Set forth effective, prompt, and mutually binding procedures for resolving labor disputes arising during the term of the project labor agreement (i.e. grievance/arbitration procedures). Provide other mechanisms for labor-management cooperation on matters of mutual interest and concern, including productivity, quality of work, safety, and health. Specify the wages and fringe benefits of all classification or crafts working on the project Fully conform to all statutes, regulations, Executive Orders and Presidential Memoranda. One or more labor organizations involved in the construction work. Does your firm have any experience working with PLAs? _____ Yes _____ No. If yes, please describe your experience with PLAs. Would your firm still be interested in submitting a proposal if a PLA was required on this project? _____ Yes _____ No. If you answer no, why not? If you answer yes, based on your knowledge of the Washington, DC metropolitan area for large-scale construction projects, would you expect there to be an impact on your price proposal if a PLA was required by the government? _____ Yes _____ No If yes, please explain exactly how a PLA would impact your price proposal (include only costs attributable to the use of the PLA) and any estimated price differential caused by including a PLA. _____ 0-5%; _____ 5-10%; _____ 10-15%; _____ >15% Each response shall be reviewed by the Contracting Officer/Specialist for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. In any joint venture or teaming arrangement the firm must qualify as a Small Business in accordance with NAICS code 236118 in order to be considered under this Sources Sought Notice. All respondents are reminded that at least fifteen (15) percent of the cost of the contract, not including the cost of materials, shall be performed by employees of the prime contractor per FAR clause 52.219-14(b)(3) - Limitations on Subcontracting. Potential sources are invited to SUBMIT information stated above via EMAIL (Subject Line must read as follows: SOURCES SOUGHT RESPONSE FOR Armed Forces Retirement Home (AFRH)) to Harvelle.Fuller@gsa.gov no later than 4:00 PM EST on October 27, 2025. Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. GSA will not acknowledge the receipt of responses to this Public Notice. If you are not interested in this project, and there is a specific reason(s) why, we welcome your input. We are always interested in better understanding the local design and construction market. RFIs regarding this notice will not be entertained. Expressions of interests received after this date and time will not be reviewed. Please note: Prime contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database at www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3be1f15fde224ea2b63adfb1bd25a517/view)
- Place of Performance
- Address: Washington, DC 20011, USA
- Zip Code: 20011
- Country: USA
- Zip Code: 20011
- Record
- SN07607864-F 20251001/250929230045 (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 |