Loading...
DOE_NNSA_SCIF
Response Deadline
May 7, 2026, 8:00 PM(MDT)13 days
Eligibility
Contract Type
Sources Sought
THIS IS A REQUEST FOR INFORMATION (RFI) AND SOURCES SOUGHT NOTICE (SSN) for Construction Services to deliver a turnkey Sensitive Compartmented Information Facility (SCIF) for the U.S. Department of Energy (DOE) National Nuclear Security Administration (NNSA) at the Denver Federal Center (DFC) in Lakewood, Colorado. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE.
The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Project Delivery – Capital Construction Division (PQA), is conducting market research: (1) To determine if there are adequate Small Business, HUBZone small business, Women-Owned small business, or Service-Disabled Veteran-Owned small business contractors capable of performing the construction services for the requirement described herein. If it is determined that adequate competition exists, the GSA may set the requirement aside for competition among the selected group.
GSA PBS PQA is seeking all qualified and interested sources (both Large and Small Businesses) to respond to this RFI to provide Construction Services for the turnkey Sensitive Compartmented Information Facility (SCIF) construction project for the U.S. Department of Energy (DOE) National Nuclear Security Administration (NNSA) at the Denver Federal Center (DFC) in Lakewood, Colorado. The scope for the new SCIF includes:
The contract type is anticipated to be a firm-fixed-price utilizing a design-bid-build delivery approach. Construction activities are expected to occur primarily during normal working hours, with certain utility outage needs to be performed after hours to not affect the active building tenants.
The tenant build-out is in an existing facility with surrounding active tenants requiring coordination. Work includes, demolition, architectural, mechanical, electrical, plumbing, fire protection, telecommunications, audio visual systems, security, equipment, and furnishings, in full compliance with applicable SCIF standards and accreditation requirements.
The project consists of approximately 23,688 square feet of combined office and support space, including approximately 16,000 square feet of finished office workspace and 7,688 square feet of existing mechanical and electrical rooms supporting the space. The project includes integration of existing equipment from a prior data center installation. The finished space includes a reception area, offices, conference rooms, hoteling cubicles, pantry, server room, and a large video conferencing room.
Location of Performance is:
Building 810
Denver Federal Center
W. 6th Ave. and Kipling St.
Lakewood, CO 80225
Any resultant contract shall adhere to the GSA PBS Core Buildings Standards and Building Information Modeling (BIM).
This office anticipates award of a contract for these services in Q1 of 2027. Contract duration is estimated to be eleven (11) months. Estimated magnitude of construction: $10,000,000 TO $20,000,000. The applicable NAICS code for this requirement is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $45M.
All interested parties may submit to the Contracting Officer a written Letter of Interest including a Capability Statement addressing the following information (five (5) single-sided page limit in PDF Format). Additional pages will not be considered. All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess your firm’s capability to perform this project.
QUESTIONS: (Please fill-out on the Google Form: https://forms.gle/Ps2fz4bsyvnvLgpL7, except where noted below)
Respondents shall complete the Google Form for items (1)-(3) and (5)-(19). Item (4) shall be provided as part of the separate Capability Statement attachment and will not be collected via the Google Form.
For Item (5) Bonding Capacity, respondents shall complete the Google Form and also provide supporting documentation as part of the Capability Statement (e.g., a letter from a surety) demonstrating the firm’s ability to obtain bonding for a single project of at least $20 million.
Relevant projects are those that demonstrate experience in projects of similar size, scope, and complexity. The Government will consider the following characteristics in determining relevance:
Projects that are not SCIFs may be considered if they demonstrate comparable secure environment requirements, system integration complexity, and operational constraints.
Include customer name, point of contact, period of performance, contract value, and a brief description of the work performed.
5. Provide evidence of your company's bonding capability verifying the ability to bond a single project of a magnitude up to $20,000,000. In addition, provide evidence of your company’s aggregate bonding capacity.
6. If your company is/will be part of a joint venture, state the name(s) of the joint venture members and the business size(s) of each.
7. Is your firm local to the Denver Metropolitan Area? If not, will you self-perform or establish a local presence?
8. If you recently completed a project in the area, what were some of the challenges with the labor market and supply chain?
9. Identify any critical risk or constraints the Government should consider in developing this solicitation?
10. What strategies do you use to mitigate risks related to long-lead items and supply chain delays?
11. Would you be interested in attending an industry day or site walkthrough?
12. What information would be most beneficial for the Government to provide at an industry day to improve proposal quality?
13. Do you foresee any challenges with an 11-month period of performance?
14. Describe your firm’s approach to managing construction activities in occupied federal facilities, including phasing, tenant coordination, and minimizing disruption.
15. Describe your approach to integrating Government-furnished or Government-installed security systems into the construction schedule (e.g., IDS, ACS, CCTV)?
16. Describe your experience ensuring compliance with SCIF accreditation requirements during construction?
17. Describe your firm’s relationships with key subcontractors necessary to successfully complete an accredited SCIF?
18. How do you mitigate varying accreditation requirements across different government agencies?
19. Please provide any other information that you feel is pertinent to the requirement.
RESPONSES TO THIS RFI ARE DUE NO LATER THAN (NLT) May 7, 2026, AT 2:00 PM Mountain Time (MT). Electronic submission (no more than 25MB) of the statement of capabilities package may be submitted to Jamie (James) Potter at jamie.potter@gsa.gov and Clay Weiland at clay.weiland@gsa.gov. Please include the subject line: “DOE NNSA SCIF Sources Sought Response”.
Responses to this RFI shall be used for planning purposes only and shall not commit GSA to issue a solicitation(s) for this requirement. The Government is not obligated to and will not pay for any information received from the respondents as a result of this market research. It is, however, anticipated that a solicitation or solicitations based on the outcome of this market survey will be published and that a subsequent contract or contracts from the solicitation(s) will be awarded.
***END***
GENERAL SERVICES ADMINISTRATION
PUBLIC BUILDINGS SERVICE
PBS PROJECT DELIVERY CAPITAL CONSTRUCTION - BRANCH WEST
PBS PROJECT DELIVERY CAPITAL CONSTRUCTION - BRANCH WEST
1800 F St NW
Washington, DC, 20405
NAICS
Commercial and Institutional Building Construction
PSC
REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS