Active Solicitation · GENERAL SERVICES ADMINISTRATION

    Solicitation Number 47PB5126R0022 - Centers for Medicare & Medicaid Services Headquarters (CMS) Roofs & Elevators Project

    Sol. 47PB5126R0022SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)Washington, DC
    Open · 15d remaining
    DAYS TO CLOSE
    15
    closes May 29, 2026
    POSTED
    Apr 28, 2026
    Publication date
    NAICS CODE
    236220
    Primary industry classification
    PSC CODE
    Z2AA
    Product & service classification

    AI Summary

    The General Services Administration is seeking proposals for a design-build contract for the renovation of roofs and elevators at the CMS Headquarters in Woodlawn, Maryland. This project is set aside for small businesses and has an estimated value between $20 million and $25 million. Proposals will be evaluated in two phases, with a site visit scheduled for May 7, 2026.

    Contract details

    Solicitation No.
    47PB5126R0022
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 28, 2026
    Response Deadline
    May 29, 2026
    NAICS Code
    236220AI guide
    PSC / Class Code
    Z2AA
    Contract Code
    4740
    Primary Contact
    Raymond J Porter
    State
    DC
    ZIP Code
    20405
    AI Product/Service
    both

    Description

    The General Services Administration - Public Buildings Service, Office of Program & Project Management, Capital Project Acquisition Delivery Division, intends to award a firm-fixed price design-build contract for the Roofs and Elevators renovation project at the U.S. Department of Health and Human Services, Centers for Medicare and Medicaid Services (CMS) Headquarters in Woodlawn, Maryland. The general scope of the project includes renovation of all the roofs on campus (approximately 300,000 sq ft), and most of the elevators (6 passenger and 1 freight traction elevators in the Central Building, 6 passenger elevators and 1 freight hydraulic elevators in the South Building, and 1 Warehouse elevator). (1) This procurement is being conducted using the two-phase selection process. Phase 1 will be composed of the technical evaluation, and Phase 2 will be the price evaluation. One contract will be awarded using competitive negotiation under FAR Part 15 (GSA Class Deviation RFO-2025-15). (2) This Solicitation is set-aside for Small Businesses, in accordance with FAR 19(GSA Class Deviation RFO-2025-19). This Solicitation sets forth requirements for proposals for a Contract to construct the Project described in the attached Agreement. Proposals conforming to the Solicitation requirements will be evaluated in accordance with the Method of Award set forth herein. The Government will award the Contract to the selected Offeror, subject to the conditions set forth herein. This procurement will be solicited as a Total Small Business Set-Aside. The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business sizestandard is $45 million. Magnitude of Construction: The order of magnitude for the contemplated acquisition is between $20,000,000 and $25,000,000. The location of performance is: Centers for Medicare and Medicaid Services 7500 Security Boulevard Woodlawn, Maryland 21244. The project estimated completion time is 450 days from notice to proceed. Virtual pre-proposal conference call will be held on google meets on Tuesday 5/5/26 at 9am ET. Please provide the email addresses of anyone interested in attending to jacob.wyshinski@gsa.gov and raymondj.porter@gsa.gov by COB on Monday 5/4/26. Meeting call-in information below: Meeting code meet.google.com/qnw-covh-onb Phone Numbers (?US)?+1 601-751-2157 PIN: ?887 326 010# Information shall be provided via a project amendment by the GSA Contracting Officer, Raymond J Porter. 1. The Government will issue a single solicitation covering both phases of the Two-phase Design-Build Selection Procedures set forth in FAR 36.3. In Phase 1 technical qualifications will be evaluated to determine which Offerors will submit proposals for Phase II. Three (3) Offerors will be shortlisted and invited to submit Phase II proposals. Those unsuccessful offerors participating in Phase II will be paid a stipend of up to $50,000 to offset the costs associated with the preparation of required conceptual designs. 2. In Phase II, using the best value trade-off procedures described under 15.101-1 and 15.3, the Government will evaluate the technical and price proposals of the firms short-listed as a result of the Phase 1 selection. Per FAR 52.215-1 (ALT I), Instructions to Offerors-Competitive Acquisition, it is the Government’s prerogative to award a contract without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror’s initial proposal should contain the Offeror’s best terms from a price and technical standpoint. The Government reserves the right to conduct discussions with those firms identified in the short list, if the Contracting Officer determines discussions are necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the short list exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the short list to the greatest number that will permit an efficient competition among the most highly rated proposals. Technical Proposal Following is a list of evaluation factors that will be used in conjunction with price to identify the offer providing the best value to the Government. There are separate evaluation factors for Phases 1 and 2. Phase I factors will be used to select a short list of the most highly qualified offerors. Price will not be submitted with the Phase I proposals, and it is the intention of the Contracting Officer to select three (3) offerors to submit Phase 2 proposals. The Phase I factors and Phase II factors are listed below: Phase I Proposals must address the technical approach, technical qualifications, and the other Phase 1 evaluation factors stated herein. Any proposal not meeting all of the following criteria may result in not being further considered for award. Evaluation Factors: Factor 1 – Technical Qualifications Subfactor 1.A – Prior Experience Subfactor 1.B – Past Performance Factor 2 – Approach to Design Build Factor 3 – Lead Roof Designer Factor 4 – Lead Elevator Designer Phase II Proposals must address the technical approach, technical qualifications, and the other Phase 2 evaluation factors stated herein. Any proposal not meeting all of the following criteria may result in not being further considered for award. Evaluation Factors: Factor 1 - Design Concept Factor 2 - Key Personnel Factor 3 - Management Plan The site visit will be held on Thursday 5/7/26 at 9AM ET. Please provide the attached Site Visit Request Form to LalZoliana@hillintl.com, jacob.wyshinski@gsa.gov and raymondj.porter@gsa.gov by noon 12PM ET on Tuesday 5/5/26. The project Request for Information (RFI’s) are due by Monday 18 May 2026 by 2 PM EST. The Request for Information (RFI’s) are to be submitted electronically to Mr. Raymond J Porter, Lead Contracting Officer, at email raymondj.porter@gsa.gov The project Request for Information (RFI’s) responses are planned for Friday 5/22/26 via a project amendment.

    Key dates

    1. April 28, 2026Posted Date
    2. May 29, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Solicitation Number 47PB5126R0022 - Centers for Medicare & Medicaid Services Headquarters (CMS) Roofs & Elevators Project is a federal acquisition solicitation issued by GENERAL SERVICES ADMINISTRATION. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.