National Archives and Records Administration (NARA) 4TH FLOOR Renovation Project
SOL #: 040ADV-26-R-0016Solicitation
Overview
Buyer
Government Publishing Office
United States Government Publishing Office
Acquisition Services
Washington, DC, 20401, United States
Place of Performance
Washington, DC
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Repair Or Alteration Of Office Buildings (Z2AA)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Feb 19, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
May 12, 2026, 9:00 PM
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) is soliciting proposals for the National Archives and Records Administration (NARA) 4th Floor Renovation Project in Washington, DC. This project involves a comprehensive renovation of NARA's office space within GPO's Building A. The GPO intends to award a single Firm Fixed-Price (FFP) contract. Proposals are due May 12, 2026, by 5:00 PM EST.
Scope of Work
This project entails the full renovation of the NARA office on the 4th floor of Building A at 732 North Capitol St. NW, Washington DC. The scope is extensive, covering:
- Demolition and Site Preparation: Clearing existing structures and debris, including hazardous materials abatement (asbestos, lead-based paint).
- Structural Modifications: Reinforcements, framing, and other structural work.
- MEP Systems: Installation of HVAC, electrical wiring, lighting, plumbing, and fire suppression systems.
- Fire Protection & Communication Systems: Integration and testing of fire alarms, suppression systems, and communication infrastructure.
- Architectural Finishes: Installation of ceilings, flooring, walls, doors, windows, and other interior finishes.
- Compliance: Adherence to all relevant codes, safety, and environmental regulations, including 2017 DC Building Code, NFPA standards, NARA 1571, and 36CFR Chapter VII 1234.12. The project is divided into two phases: Phase 1 includes warm lit shell and full MEP for North & South sides, while Phase 2 covers shelving and dehumidifier installations.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Estimated Magnitude: Between $1,000,000 and $5,000,000
- Period of Performance: Approximately eighteen (18) months (540 calendar days) from the Notice to Proceed (NTP).
- Place of Performance: 732 North Capitol St. NW, Washington DC 20401.
- Set-Aside: No specific set-aside is mentioned.
Submission & Evaluation
- Proposal Due Date: May 12, 2026, by 5:00 PM EST.
- Site Visit: March 24, 2026, at 10:00 AM EST.
- Deadline for Questions: March 31, 2026.
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Evaluation Criteria: Technical Capability and Management Approach, Quality Control/Quality Assurance Management and Safety Plan, Key Personnel, and Past Performance. Award will be made to the responsible offeror representing the best value.
- Required Deliverables: Baseline CPM Progress Schedule, Schedule of Values, Pre-Construction Submittal Package, Product Submittals/Shop Drawings, Monthly Progress Updates, Quality Control Documentation, and Requests for Inspections.
Special Requirements & Notes
- Key Personnel: Project Manager, Quality Control Lead, Safety Lead, and Master Electrician are required.
- Warranties: A one (1) year construction warranty and a two-year workmanship warranty are mandatory.
- Submittals: Detailed submittal requirements for product data, shop drawings, and various reports are specified.
- Project Management: Use of Oracle Primavera Unifier for project management, submittals, and RFI processing is mandatory.
- Cost Proposal: Bidders must use the provided Excel template (J.6) to detail costs by CLIN, including labor, materials, overhead, G&A, and profit.
- Past Performance: Offerors must include completed Past Performance Questionnaires (J.5) as part of their submission.
- Wage Rates: Compliance with Davis-Bacon Act prevailing wage rates and fringe benefits for the District of Columbia (J.7) is required.
- Logistics: Contractor vehicles and personnel are subject to inspection. Coordination with GPO for loading dock usage and material storage is necessary.
- Contact: Primary contact is Troy D. White (twhite@gpo.gov).
People
Points of Contact
Troy D. WhitePRIMARY
Auday AubaidiSECONDARY