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
This is an Amendment (040ADV-26-R-0016-C0002) to the solicitation for the National Archives and Records Administration (NARA) 4TH FLOOR Renovation Project issued by the Government Publishing Office (GPO). This amendment provides Questions and Answers (Q&A) and extends the proposal submission due date to May 26, 2026, at 5:00 PM EST. The project involves repair and alteration of office buildings in Washington, DC.
Project Scope & Clarifications
The renovation project for the NARA 4th Floor includes significant work, with clarifications provided in the Q&A document:
- Hazardous Materials: Asbestos-containing material (ACM) in ceiling tiles and adhesive mastic, and lead-based paint are present. Proposals must include costs for testing, monitoring, removal, and disposal.
- FF&E Requirements: Phase 1 has no FF&E. Phase 2 includes furnishing and installation of a High-Density Mobile Shelving System and specialized dehumidifiers.
- Working Hours: Standard hours are Monday-Friday, 7:00 AM – 3:30 PM. Noise-generating work must be performed after normal business hours or on weekends (4:00 PM to 12:00 AM).
- Permitting: The project is on federal property, exempt from standard DC permitting; internal permitting is managed by GPO and NARA.
- Technical Specifications: Specific requirements for Shielded Category 6 (CAT6 STP) cable for DDC systems and detailed door hardware specifications are provided.
Proposal Submission & Requirements
Key clarifications for proposal submission include:
- Page Limits: Cover, title, table of contents, and first pages are not counted against the 120-page limit for Volumes 1 and 6. 11x17 sheets for graphic presentations count as a single page.
- Plan Submittals: Full, post-award level plans for QC/QA, Safety, and APP are not required; bidders should adhere to solicitation instructions.
- Past Performance: CPARS may be submitted as supplemental information but cannot substitute for required Past Performance Questionnaires (PPQs).
- Key Personnel: Project Manager, Quality Control Lead, Safety Lead, and Master Electrician are key personnel. The Site Safety and Health Officer (SSHO) is a full-time key personnel. A Superintendent is not a required key personnel role.
- Financial Requirements: A Bid Bond and Certificate of Insurance (COI) are required at the time of award.
- Pricing: The project must be priced using a six-CLIN breakdown as provided in Attachment J.6 (Excel Price Schedule).
Contract & Timeline
- Opportunity Type: Special Notice (Amendment to a solicitation for Repair Or Alteration Of Office Buildings)
- Product Service Code: Z2AA (Repair Or Alteration Of Office Buildings)
- Set-Aside: None specified.
- Proposal Due: May 26, 2026, 5:00 PM EST
- Published Date: April 24, 2026
Additional Notes
All other terms and conditions of the original solicitation remain unchanged.