National Archives and Records Administration (NARA) 4TH FLOOR Renovation Project
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), Acquisition Services, is soliciting proposals for the National Archives and Records Administration (NARA) 4TH FLOOR Renovation Project in Washington, DC. This effort involves a comprehensive renovation of NARA's office space on the 4th floor of Building A at GPO's main campus. The GPO intends to award a single Firm Fixed-Price (FFP) contract with an estimated magnitude between $1,000,000 and $5,000,000. Proposals are due May 12, 2026, by 5:00 PM EST.
Scope of Work
The project entails a full renovation, including:
- Demolition and Site Preparation: Clearing existing structures and debris.
- Structural Modifications: Reinforcements, framing, and other structural work.
- MEP Systems: Installation of HVAC, electrical wiring, lighting, plumbing, and fire suppression systems.
- Architectural Finishes: Ceilings, flooring, walls, doors, and windows.
- Compliance: Ensuring adherence to A&E Design Specifications, federal standards, and applicable codes (e.g., 2017 DC Building Code, NFPA, ASME, NARA 1571).
- Hazardous Materials: Abatement and disposal of asbestos and lead-based paint.
- Phased Approach: The project is structured in phases, with Phase 1 covering warm lit shell and full MEP, and Phase 2 focusing on shelving and dehumidifier installations.
Contract & Timeline
- Contract Type: Single Firm Fixed-Price (FFP).
- Period of Performance: Approximately 18 months (540 calendar days) from the Notice to Proceed.
- Estimated Magnitude: $1,000,000 to $5,000,000.
- Set-Aside: None specified.
- Proposal Due Date: May 12, 2026, 5:00 PM EST.
- Questions Deadline: March 31, 2026.
- Site Visit: March 24, 2026, 10:00 AM EST.
- Published Date: March 11, 2026.
Evaluation & Submission
Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) method. Evaluation factors include:
- Technical Capability and Management Approach.
- Quality Control/Quality Assurance Management and Safety Plan.
- Key Personnel (Project Manager, Quality Control Lead, Safety Lead, Master Electrician).
- Past Performance (requiring a completed Past Performance Questionnaire - PPQ).
Offerors must submit proposals electronically as a PDF portfolio and complete electronic representations and certifications at SAM.gov. A provided Excel template (J.6) must be used for the Cost-Price Proposal. Adherence to Davis-Bacon Act prevailing wage rates (DC20260002) is required. The use of Oracle Primavera Unifier for project management, submittals, and RFI processing is mandatory.
Special Requirements
The contractor is responsible for a comprehensive Quality Assurance/Quality Control (QA/QC) plan, providing a one (1) year construction warranty, and a two-year workmanship warranty. Extensive coordination with GPO personnel and strict adherence to safety and environmental regulations are essential.