Government Publishing Office FM Modernization / Construction
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Government Publishing Office (GPO) has issued Amendment 0001 to Solicitation 040ADV-26-R-0013 for FM Modernization / Construction services in Washington, DC. This amendment provides crucial updates including responses to bidder questions, a site visit attendance sheet, a Past Performance Questionnaire, and the appropriate Davis-Bacon Wage Determination for the D.C. area. The response date for the original solicitation remains March 23, 2026.
Scope of Change
This amendment primarily adds new information and resources for bidders without explicitly modifying existing sections of the original solicitation. Key additions include:
- Responses to Questions & Answers (Q&A): Clarifying technical requirements, site conditions, and administrative procedures.
- Site Visit Attendance Sheet: Listing attendees from the February 20, 2026 site visit.
- Past Performance Questionnaire (PPQ): A form for evaluating contractor performance.
- Davis-Bacon Wage Determination: Prevailing wage rates for construction trades in Washington, DC.
Key Clarifications from Q&A
- Manufacturer Substitutions: Permitted but require formal review and approval.
- Work Hours: Standard hours are 6:00 AM - 3:00 PM EST; disruptive work may require after-hours coordination.
- HVAC Controls: New controls must comply with project specifications (refer to drawing sheet M-602).
- Fire Rating: Doors not explicitly fire-rated in specifications are not required to be, unless code-required.
- Key Personnel: Superintendent, SSHO, and QCM must be separate FTE roles.
- Furniture: Government will remove/handle furniture unless directed otherwise; new furniture is not included.
- Hazardous Materials: Contractors must stop work and notify COR if encountered; asbestos warning stickers observed on pipe insulation, but abatement not in base scope unless specified.
- Access & Logistics: Via designated loading dock; coordination with Facilities Management required for logistics.
- Fire Alarm System: Facility uses Edwards EST 3; contractors must coordinate compatibility.
Contract & Timeline
- Opportunity Type: Special Notice (Amendment to Solicitation 040ADV-26-R-0013)
- Product Service Code: Y1AA (Construction Of Office Buildings)
- Set-Aside: None specified in this amendment (refer to original solicitation).
- Response Due: March 23, 2026 (for original solicitation).
- Amendment Published: March 9, 2026.
- Place of Performance: Washington, DC 20401.
Additional Notes
Bidders should review these new documents carefully to ensure their proposals accurately reflect project requirements and conditions. The original posting should be consulted for other information and documents.