Logan Ranger District Office Janitorial
Agency: USFS Region 4: Intermountain Region
Location: Utah
NAICS: 561720
| Agency | Public Buildings Service |
|---|---|
| Deadline | 05/27/26 |
| Posted | 05/13/26 |
| Estimated Value | Not Provided |
| Set Aside | None |
| NAICS | 236220 - Commercial and Institutional Building Construction |
| PSC | Z2AA - Repair Or Alteration Of Office Buildings |
| Location | Salt Lake City, UT 84138 United States |
THIS IS A REQUEST FOR INFORMATION (RFI) AND SOURCES SOUGHT NOTICE (SSN) for Construction Services to deliver a turnkey U.S. Passport Office for the U.S. Department of State at the Wallace F. Bennett Federal Building and the tenant improvement construction for six agencies' offices in the Wallace F. Bennett Federal Building and the Orrin G. Hatch United States Courthouse in Salt Lake City, Utah. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Project Delivery Capital Construction Division (PQA), is conducting market research: (1) To determine if there are adequate Small Business, HUBZone small business, Women-Owned small business, or Service-Disabled Veteran-Owned small business contractors capable of performing the construction services for the requirement described herein. If it is determined that adequate competition exists, the GSA may set the requirement aside for competition among the selected group. GSA PBS PQA is seeking all qualified and interested sources (both Large and Small Businesses) to respond to this RFI to provide Construction Services for the turnkey U.S. Passport Office construction project for the U.S. Department of State at the Wallace F. Bennett Federal Building and the tenant improvement construction for six agencies' offices in the Wallace F. Bennett Federal Building and the Orrin G. Hatch United States Courthouse in Salt Lake City, Utah. The scope for the new U.S. Passport Office project includes hazardous materials abatement, selective interior office space demolition, and new construction of waiting areas, application windows, office space, training rooms, conference rooms, hoteling cubicles, break rooms, server rooms, locker rooms, restrooms, printing rooms, storage, security desks, security screening, Security Operations Center (SOC), and finish upgrades. The contract type is anticipated to be a firm-fixed-price utilizing a design-bid-build delivery approach. Construction activities in the Wallace F. Bennett Federal Building are expected to occur primarily during normal working hours, with certain utility outage needs to be performed after hours to not affect the active building tenants. Construction activities in the Orrin G. Hatch United States Courthouse are expected to occur primarily outside of normal working hours. The project will consist of three consecutive phases; build-out of the six agencies' offices, demolition and hazardous materials abatement, and then the U.S. Passport Office and Lobby build-out. The tenant build-outs are in existing occupied facilities with surrounding active tenants requiring coordination with the move and surrounding tenants. Work includes, demolition, hazardous materials abatement, architectural, mechanical, electrical, plumbing, fire protection, telecommunications, audio visual systems, security, equipment, tenant moves, and furniture installation, in full compliance with applicable GSA standards. The project consists of approximately 48,000 square feet of finished office workspace and lobby space. The majority of the project, approximately 30,000 square feet, will be U.S. Passport Office space, with the remaining space for six relocating agencies' offices and the Bennett Lobby remodel. The U.S. Passport Office's finished space includes a waiting area, application windows, office space, training rooms, conference rooms, hoteling cubicles, break rooms, server rooms, locker rooms, restrooms, printing rooms, security monitoring, and storage. The lobby renovation consists of security desks, security screening, and finish upgrades. The six relocating agencies' offices consist of reception areas, office space, training rooms, conference rooms, break rooms, server rooms, and storage. Locations of Performance are: Wallace F. Bennett Federal Building
Salt Lake City, UT 84138 Orrin G. Hatch United States Courthouse
Salt Lake City, UT 84101 Any resultant contract shall adhere to the GSA PBS Core Buildings Standards and Building Information Modeling (BIM). This office anticipates award of a contract for these services in Q1 of 2027. Contract duration is estimated to be twenty two (22) months. Estimated magnitude of construction: $20,000,000 TO $30,000,000. The applicable NAICS code for this requirement is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $45M. All interested parties may submit to the Contracting Officer a written Letter of Interest including a Capability Statement addressing the following information (five (5) single-sided page limit in PDF Format). Additional pages will not be considered. All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess your firm's capability to perform this project. QUESTIONS : (Please fill-out on the Google Form: https://forms.gle/ufBr5wnk3wGs4p5cA, except where noted below) Respondents shall complete the Google Form for items (1)-(3) and (5)-(19). Item (4) shall be provided as part of the separate Capability Statement attachment and will not be collected via the Google Form. For Item (5) Bonding Capacity, respondents shall complete the Google Form and also provide supporting documentation as part of the Capability Statement (e.g., a letter from a surety) demonstrating the firm's ability to obtain bonding for a single project of at least $30 million. - Name of your company, Unique Entity ID (SAM), address, point of contact with phone number and email address. - Does your company have an active registration at www.sam.gov? - Business size for the assigned NAICS code, which can be located at the U.S. Small Business Administration website: www.sba.gov. In addition to the size of business, indicate any other socioeconomic designations such as 8(a), Small Disadvantaged Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and/or Women-Owned Small Business. - Company's capability to perform a contract of this magnitude and complexity. Provide a brief narrative description of three (3) projects performed as a prime contractor that demonstrate experience relevant to this requirement. Projects shall be completed within the past seven (7) years. Work performed as a subcontractor is not considered as evidence of capability to succeed as a prime contractor. Relevant projects are those that demonstrate experience in projects of similar size, scope, and complexity. The Government will consider the following characteristics in determining relevance: - Size: Construction cost at time of award was at least $20,000,000 - Size: Projects with a comparable construction footprint of at least 25,000 square feet.
Interior renovation or tenant build-out within an occupied facility requiring complex coordination of multiple trades (e.g. mechanical, electrical, plumbing, fire protection, security, and low voltage systems), sequencing constraints, and stakeholder coordination. For each project submitted, provide a concise summary of the work that includes the following details: your specific role (e.g.,prime contractor), the customer's name and point of contact, the contract value at time of award, the period of performance, and a summary of the scope executed. 5. Provide evidence of your company's bonding capability verifying the ability to bond a single project of a magnitude up to $30,000,000. In addition, provide evidence of your company's aggregate bonding capacity. 6. If your company is/will be part of a joint venture, state the name(s) of the joint venture members and the business size(s) of each. 7. Is your firm local to the Salt Lake City Metropolitan Area? If not, will you self-perform or establish a local presence? 8. If you recently completed a project in the area, what were some of the challenges with the labor market and supply chain? 9. Identify any critical risk or constraints the Government should consider in developing this solicitation? 10. What strategies do you use to mitigate risks related to long-lead items and supply chain delays? 11. Would you be interested in attending an industry day or site walkthrough? 12. What information would be most beneficial for the Government to provide at an industry day to improve proposal quality? 13. Do you foresee any challenges with a 22-month period of performance? 14. Describe your firm's approach to managing construction activities in occupied federal facilities, including phasing, demolition, hazardous material abatement, tenant coordination, tenant move management, and minimizing disruption. 15. Describe your approach to integrating Government-furnished or Government-installed security systems into the construction schedule (e.g., IDS, ACS, CCTV)? 16. Describe your experience ensuring compliance with Security Operations Center (SOC) requirements during construction? 17. Describe your firm's relationships with key subcontractors necessary to successfully complete a Security Operations Center (SOC)? 18. Please provide any other information that you feel is pertinent to the requirement. RESPONSES TO THIS RFI ARE DUE NO LATER THAN (NLT) May 27, 2026, AT 2:00 PM Mountain Time (MT). Electronic submission (no more than 25MB) of the statement of capabilities package may be submitted to Jamie (James) Potter at jamie.potter@gsa.gov. Please include the subject line: DOS Passport Office SLC, Utah Sources Sought Response . Responses to this RFI shall be used for planning purposes only and shall not commit GSA to issue a solicitation(s) for this requirement. The Government is not obligated to and will not pay for any information received from the respondents as a result of this market research. It is, however, anticipated that a solicitation or solicitations based on the outcome of this market survey will be published and that a subsequent contract or contracts from the solicitation(s) will be awarded.
Background The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Project Delivery – Capital Construction Division (PQA) is conducting market research to determine the availability of qualified contractors, including Small Business, HUBZone small business, Women-Owned small business, or Service-Disabled Veteran-Owned small business contractors capable of performing construction services for a turnkey U.S. Passport Office and tenant improvement construction for six agencies’ offices in Salt Lake City, Utah. This project aims to enhance federal facilities and improve service delivery for the U.S. Department of State. Work Details The scope of work includes hazardous materials abatement, selective interior office space demolition, and new construction of various spaces such as waiting areas, application windows, office space, training rooms, conference rooms, hoteling cubicles, break rooms, server rooms, locker rooms, restrooms, printing rooms, storage areas, security desks, security screening areas, and a Security Operations Center (SOC). The project will be executed in three phases: 1) build-out of the six agencies’ offices; 2) demolition and hazardous materials abatement; 3) build-out of the U.S. Passport Office and lobby renovation. The work must comply with GSA standards and involve coordination with active tenants in occupied facilities. Period of Performance The estimated contract duration is twenty-two (22) months with an anticipated award in Q1 of 2027. Place of Performance Construction will take place at the Wallace F. Bennett Federal Building located at 125 South State Street, Salt Lake City, UT 84138 and the Orrin G. Hatch United States Courthouse located at 351 South West Temple Street, Salt Lake City, UT 84101.
| Contact name | Jamie (James) Potter |
|---|---|
| Contact email | jamie.potter@gsa.gov |
| Contact phone | (303) 588-9153 |
Agency: USFS Region 4: Intermountain Region
Location: Utah
NAICS: 561720
Agency: Air Force Sustainment Center
Location: Utah
NAICS: 811210
Agency: Division of Purchasing [UT]
Location: Utah
NAICS: Not Provided
Agency: Fish and Wildlife Service
Location: Utah
NAICS: 314999