US GPO-QCIM Room Renovation
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) is seeking proposals for a Firm Fixed-Price contract for the US GPO-QCIM Room Renovation. This project involves the design and renovation of approximately 1149 sq. ft. on the 5th floor of GPO Building B to establish a new adhesive mixing area and a secure storage room, crucial for upgrading existing passport production equipment. Proposals are due May 1, 2026, at 5:00 PM EST.
Scope of Work
The renovation encompasses areas B543 (storage), B541 (adhesive mixing), T251 (non-functioning bathroom), and an adjacent hallway. Key requirements include:
- Abatement & Demolition: Removal of lead paint, walls, flooring, doors, and furnishings. Terrazzo flooring in T521 will be demolished and replaced with concrete fill.
- Architecture: Installation of leveled concrete flooring, new 1.5-inch doors (with forklift access height), mechanical sliding doors, a floor drain for a shower/eye wash station, and construction of the B541A wall.
- Mechanical: Installation of an exhaust fan, sink, stainless steel exhaust ducts and hood, and auxiliary heating. Existing HVAC is sufficient, but auxiliary heaters are required as minimum heat is not provided 24/7.
- Electrical: Installation of 120V strip outlets, pendent ceiling-hung LEDs, a laboratory fume hood (referencing Attachment J.11 manual), security cameras, and a locking mechanism for sliding doors.
- Fire and Safety: Installation of smoke detectors and sprinklers consistent with the building's EST3 standard, ensuring functional connections and sprinkler head replacement.
- Design & Submittals: Submission of a Critical Path Method (CPM) schedule, design timeline, safety plans, quality control plan, and pre-construction submittals within 14 days of the Construction Notice to Proceed (NTP). 100% drawings in AutoCAD/Revit and PDF are required before NTP.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: 47 weeks (329 days) from the Notice to Proceed (NTP).
- Set-Aside: No specific set-aside is mentioned.
- Bid Bond: A bid bond is required.
Submission & Evaluation
- Proposal Due Date: May 1, 2026, by 5:00 PM EST.
- Submission Format: Electronic PDF portfolio file, including SF 1442, SAM.gov registration, W9, Technical Proposal, Past Performance, and Cost/Price Proposal. Submissions must be emailed to the specified Contract Specialist and Contracting Officer.
- Evaluation Criteria: Best value tradeoff process, with technical factors (capability, management, key personnel, past performance) weighted more heavily than price.
- Key Personnel: Requirements for Project Manager, Superintendent, Quality Control Lead, and Safety Lead are detailed. The Safety Lead must be single-hatted; PM/QC/Superintendent may dual-hat, but no individual can perform more than two of these roles.
- Past Performance: Offerors must submit five (5) completed Past Performance Questionnaires. Multiple distinct projects from the same client are acceptable.
Additional Notes
This opportunity is issued by the Government Publishing Office, Acquisition Services, with performance in Washington, D.C. Attachment J.11, the Labconco Protector® XL™ Laboratory Fume Hoods User's Manual, is incorporated and provides crucial technical specifications for bidders. Clarifications address plumbing, electrical, security integration, and door hardware requirements.