Loading...
47PB5126R0022
Response Deadline
May 29, 2026, 5:00 PM(EDT)31 days
Eligibility
Contract Type
Solicitation
The General Services Administration - Public Buildings Service, Office of Program & Project Management, Capital Project Acquisition Delivery Division, intends to award a firm-fixed price design-build contract for the Roofs and Elevators renovation project at the U.S. Department of Health and Human Services, Centers for Medicare and Medicaid Services (CMS) Headquarters in Woodlawn, Maryland.
The general scope of the project includes renovation of all the roofs on campus (approximately 300,000 sq ft), and most of the elevators (6 passenger and 1 freight traction elevators in the Central Building, 6 passenger elevators and 1 freight hydraulic elevators in the South Building, and 1 Warehouse elevator).
(1) This procurement is being conducted using the two-phase selection process. Phase 1 will be composed of the technical evaluation, and Phase 2 will be the price evaluation. One contract will be awarded using competitive negotiation under FAR Part 15 (GSA Class Deviation RFO-2025-15).
(2) This Solicitation is set-aside for Small Businesses, in accordance with FAR 19(GSA Class Deviation RFO-2025-19). This Solicitation sets forth requirements for proposals for a Contract to construct the Project described in the attached Agreement. Proposals conforming to the Solicitation requirements will be evaluated in accordance with the Method of Award set forth herein. The Government will award the Contract to the selected Offeror, subject to the conditions set forth herein.
This procurement will be solicited as a Total Small Business Set-Aside.
The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business sizestandard is $45 million.
Magnitude of Construction:
The order of magnitude for the contemplated acquisition is between $20,000,000 and $25,000,000.
The location of performance is:
Centers for Medicare and Medicaid Services 7500 Security Boulevard
Woodlawn, Maryland 21244.
The project estimated completion time is 450 days from notice to proceed.
Virtual pre-proposal conference call will be held on google meets on Tuesday 5/5/26 at 9am ET. Please provide the email addresses of anyone interested in attending to jacob.wyshinski@gsa.gov and raymondj.porter@gsa.gov by COB on Monday 5/4/26.
Meeting call-in information below:
Meeting code
meet.google.com/qnw-covh-onb
Phone Numbers
(US)+1 601-751-2157
PIN: 887 326 010#
Information shall be provided via a project amendment by the GSA Contracting Officer, Raymond J Porter.
1. The Government will issue a single solicitation covering both phases of the Two-phase Design-Build Selection Procedures set forth in FAR 36.3. In Phase 1 technical qualifications will be evaluated to determine which Offerors will submit proposals for Phase II. Three (3) Offerors will be shortlisted and invited to submit Phase II proposals. Those unsuccessful offerors participating in Phase II will be paid a stipend of up to $50,000 to offset the costs associated with the preparation of required conceptual designs.
2. In Phase II, using the best value trade-off procedures described under 15.101-1 and 15.3, the Government will evaluate the technical and price proposals of the firms short-listed as a result of the Phase 1 selection. Per FAR 52.215-1 (ALT I), Instructions to Offerors-Competitive Acquisition, it is the Government’s prerogative to award a contract without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror’s initial proposal should contain the Offeror’s best terms from a price and technical standpoint. The Government reserves the right to conduct discussions with those firms identified in the short list, if the Contracting Officer determines discussions are necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the short list exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the short list to the greatest number that will permit an efficient competition among the most highly rated proposals.
Technical Proposal
Following is a list of evaluation factors that will be used in conjunction with price to identify the offer providing the best value to the Government. There are separate evaluation factors for Phases 1 and 2. Phase I factors will be used to select a short list of the most highly qualified offerors. Price will not be submitted with the Phase I proposals, and it is the intention of the Contracting Officer to select three (3) offerors to submit Phase 2 proposals. The Phase I factors and Phase II factors are listed below:
Phase I
Proposals must address the technical approach, technical qualifications, and the other Phase 1 evaluation factors stated herein. Any proposal not meeting all of the following criteria may result in not being further considered for award.
Factor 1 – Technical Qualifications
Subfactor 1.A – Prior Experience
Subfactor 1.B – Past Performance
Factor 2 – Approach to Design Build
Factor 3 – Lead Roof Designer
Factor 4 – Lead Elevator Designer
Phase II
Proposals must address the technical approach, technical qualifications, and the other Phase 2 evaluation factors stated herein. Any proposal not meeting all of the following criteria may result in not being further considered for award.
Factor 1 - Design Concept
Factor 2 - Key Personnel
Factor 3 - Management Plan
The site visit will be held on Thursday 5/7/26 at 9AM ET. Please provide the attached Site Visit Request Form to LalZoliana@hillintl.com, jacob.wyshinski@gsa.gov and raymondj.porter@gsa.gov by noon 12PM ET on Tuesday 5/5/26.
The project Request for Information (RFI’s) are due by Monday 18 May 2026 by 2 PM EST. The Request for Information (RFI’s) are to be submitted electronically to Mr. Raymond J Porter, Lead Contracting Officer, at email raymondj.porter@gsa.gov
The project Request for Information (RFI’s) responses are planned for Friday 5/22/26 via a project amendment.
GENERAL SERVICES ADMINISTRATION
PUBLIC BUILDINGS SERVICE
PBS PROJECT DELIVERY CAPITAL CONSTRUCTION - BRANCH NORTHEAST
PBS PROJECT DELIVERY CAPITAL CONSTRUCTION - BRANCH NORTHEAST
1800 F Street NW
Washington, DC, 20405
NAICS
Commercial and Institutional Building Construction
PSC
REPAIR OR ALTERATION OF OFFICE BUILDINGS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)