Recarpet Chambers-Jury Room and Bankruptcy IT Remodel SD0021ZZ
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 General Services Administration (GSA), Public Buildings Service, is soliciting proposals for the Recarpet Chambers-Jury Room and Bankruptcy IT Remodel project at the Sioux Falls Federal Courthouse, SD. This opportunity is a Total Small Business Set-Aside for construction services, including carpet replacement, IT office remodeling, and asbestos/lead abatements. Proposals are due March 13, 2026, by 4:00 PM CDT.
Scope of Work
This project involves comprehensive renovation work within the Sioux Falls Federal Courthouse (Building Number: SD0021). Key tasks include:
- Recarpeting: Removal of approximately 1,450 SF of existing carpet and installation of new Bentley "Kings Road" broadloom carpet (Sapphire Blue) in the court chambers and jury room.
- Asbestos Abatement: Abatement of approximately 560 SF of asbestos tile and mastic in the Jury Room, and 220 SF of asbestos/lead for the Bankruptcy Court IT office remodel.
- IT Office Remodel: Demolition of existing partitions, relocation of electrical/data lines, installation of new vinyl plank flooring and base, painting, replacement of ceiling tiles, installation of new LED light fixtures, and window coverings in the Bankruptcy Court's IT office.
- Compliance: All work must adhere to GSA Base Lead Management Requirements, Universal Scope Requirements (USR), and strict historic preservation guidelines due to the building's listing on the National Register of Historic Places.
Contract Details
- Contract Type: Firm Fixed Price.
- Estimated Construction Cost: Between $25,000 and $100,000.
- Period of Performance: Overall from March 20, 2026, to May 29, 2026, with substantial completion required within 30 calendar days of the Notice to Proceed. An additional 30 days is allocated for badging.
- Liquidated Damages: $61 per calendar day for delays.
- Bonds: A payment bond or alternative payment protection is required for contracts exceeding $35,000 but not exceeding $150,000. A bid guarantee is not required.
Set-Aside & Eligibility
This procurement is a Total Small Business Set-Aside. Offerors must have an "Active" registration status in the System for Award Management (SAM) at the time of submission. The applicable NAICS code is 236220 Commercial and Institutional Building Construction, with a size standard of $45 Million.
Evaluation Criteria
Award will be made using the Lowest Price Technically Acceptable (LPTA) methodology. The government will technically evaluate the three lowest-priced offers based on:
- Management Plan and Schedule
- Experience on Similar Projects and Past Performance Proposals must meet acceptability standards for these non-cost factors. Price reasonableness will be evaluated, but price realism analysis will not be performed.
Key Dates & Submission
- Proposals Due: March 13, 2026, by 4:00 PM CDT.
- Submission Method: Electronic submission via email to juan.juarez@gsa.gov. The maximum file size is 25 MB.
- Requests for Information (RFIs): The deadline for RFIs was March 5, 2026. Responses to RFIs and a site visit sign-in sheet have been published.
- Site Visit: A site visit was conducted on March 2, 2026.
Special Requirements
- Industrial Hygiene: The contractor is responsible for providing third-party industrial hygiene services for final visual inspection and air clearance sampling post-asbestos abatement, which must be included in the proposal.
- Asbestos Licensing: Any subcontractor performing asbestos abatement must be licensed in South Dakota.
- Security Clearances: SAC security clearances will be required for all personnel working onsite within the federal courthouse.
- Wage Determination: Adherence to Wage Determination SD20260028 dated January 2, 2026, for Minnehaha County, SD.
- Buy American: Compliance with FAR 52.225-9 and 52.225-10.
- Proposal Format: Bidders must utilize the provided Proposal Summary Template for cost breakdown.