This is a Sources Sought
THIS IS NOT A REQUEST FOR PROPOSAL
Project: Construction Services for the Specialized Mission Training Facility (SMTF) Project, Laurel, MD
This is a Sources Sought and not a request for proposal for general construction of the Specialized Mission Training Facility (SMTF), in Laurel, Maryland. Responses shall be used for planning purposes only and shall not commit the U.S. General Services Administration (GSA) to issue a solicitation for this requirement. However, it is anticipated that a solicitation utilizing the results of this market survey will be published and that a subsequent contract will be awarded.
The GSA Public Buildings Service (PBS), Office of Acquisition Management, Capital Project Acquisition Delivery Division, is conducting a market survey to determine if there is adequate competition among qualified general construction contractors (Small Business and/or Large Business concerns) for the SMTF project referenced above. The construction services would be awarded on a firm-fixed price basis. If determined that adequate competition exists, GSA may set the requirement aside for competition among the applicable group. All interested construction contractors are requested to respond to this office in writing via email to the email address and before the due date listed below.
PROJECT INFORMATION
Summary: This project includes building the SMTF at the James J. Rowley Training Center (JJRTC), which is the primary training facility for the United States Secret Service (USSS). The training center consists of multiple buildings and structures that provide an environment for various training activities, including active scenario training, as well as classroom and conference room space. Due to increased operational tempo, development of new training programs, and campus population growth in recent years, the USSS continues to develop the JJRTC campus to meet the needs of the USSS mission. To enhance training activities and operational readiness, the USSS intends to construct a full-scale site and building representation of the White House, perimeter buildings, and grounds.
Project Scope: The project has a completed design and consists of the work associated with the Site, Center Buildings, and Perimeter Buildings as described below:
- Site: The general scope of the project is to replicate (or match) the original building’s grounds on the proposed JJRTC project site. This includes matching both the horizontal and vertical site features of the original grounds. The limits of this replica are the outer curb lines of the proposed perimeter roads (Pennsylvania Avenue, E Street, and West/East Executive Avenue). The scope includes providing stormwater management based on the Maryland Department of the Environment’s (MDE’s) requirements. In addition, existing utilities serving the JJRTC facility will be improved and extended to service the project site. As extensive re-grading will be required, most of the flora and fauna will need to be removed from the site. The proposed replacement flora will include inexpensive, fast-growing, and low-maintenance species. Trees will be matched by general size and either evergreen or deciduous. These types should be selected and placed to match the visual and security functions of the existing trees in the original landscape. Deciduous trees should include shade trees and ornamental (flowering trees).
- Center Buildings: Building interiors support multiple training and training support functions. Major building floor areas mirror the original building floor layout, however selected areas designated for dynamic training will be a replica of the original building’s interior conditions without attempting historic and decorative reproduction.
- Perimeter Buildings: The 18 acres of grounds within the security fence have a series of additional structures that will be recreated for training purposes. Ranging in size and function, a total of 22 additional buildings will be built on the SMTF grounds.
Potential North American Industry Classification System (NAICS) is 236220 with a size standard of $45.0 million. The Product Service Code/Federal Supply Code (PSC/FSC) is Y1JZ, Construction of Miscellaneous Buildings.
The estimated construction cost range for the project is between $260,000,000.00 and $290,000,000.00. Estimated contract duration is approximately three (3) years from notice to proceed for the project.
It is anticipated that a solicitation based on the outcome of this market survey may be issued on or about December 2025/January 2026.
CAPABILITY STATEMENT
Firms interested in this effort should be able to demonstrate experience with at least two (2) similar projects. For the purposes of this Notice, a similar project is defined as a project that is similar in size, type and complexity to the contemplated project. To qualify as a similar project, the project must meet all three elements of size, complexity, and type as further defined here.
To be considered similar in size, projects managed must meet or have exceeded $250,000,000.00 in costs, consisting of most construction activities (i.e., mechanical, electrical, fire protection, structural, etc.), had a construction schedule over two years and been completed in the last ten (10) years.
To be considered similar in complexity, the managed project must have consisted of new construction or major modernization that includes construction services constrained by security restrictions, multiple phases, high-visibility and many stakeholders. Each project need not contain every element, but the combination of projects should demonstrate the ability to perform these services in a satisfactory manner. Construction services include demolition, various construction activities (structural, mechanical, electrical, civil, architectural) and extensive site work.
Similar in Type: the managed project must have consisted of new construction or major modernization of a campus or facility area (a project on one site that has multiple buildings or facilities on it), including but not limited to administration buildings, training buildings, visitor and employee parking areas, major utility relocations, and road and paving site work.
Residential housing, warehouse projects or improvements to office renovation limited to reconfiguration of spaces within a high-rise office structure are not considered similar in type, regardless of size.
Interested firms are invited to respond to this notice by providing the following information:
- Company Information (name, address, office phone number, POC, mobile phone number, email address of POC, Small or Large Business concern, and Unique Entity Number (UEI)
- Provide project experience of two (2) related projects of similar size, complexity, and type in detail including project dates, cost and similarities.
- Provide a letter from your Surety that your firm can be bonded. Please indicate the maximum bonding capacity per project and aggregate maximum bonding capacity. At a minimum, the contractor must be able to obtain bonding in the amount of $300,000,000.00.
- Please indicate your experience and interest in this project as a contractor, and a brief description of your firm’s past experience completing activities similar to those described above, including project dates, cost, and role as either Prime Contractor or Subcontractor.
- Include points of contact and all information necessary to contact the owner of the project who can substantiate similar project characteristics.
- Complete and submit questionnaire pertaining to a Project Labor Agreement (PLA)
PROJECT QUESTIONNAIRE: To determine whether potential grounds for an exception to a Project Labor Agreement (PLA) are applicable to this specific project, PBS is gathering market research from the construction community regarding the use of PLA’s on large scale federal construction projects exceeding $35 million (pursuant to Executive Order 14063) in the Laurel, Maryland area.
Any interested firms should provide a written Letter of Interest (no more than 10 pages) and complete the attached questionnaire and submit NLT than 12:00 pm CT on November 26, 2025. The subject line of the email should state, “Letter of Interest for SMTF Project, Laurel, MD.” Submit all information to Marsha Howard, GSA Contracting Officer, via email, marsha.howard@gsa.gov.
All information submitted is subject to verification. Additional information may be requested to substantiate responses. Reimbursement costs for information received is not authorized.
ADDITIONAL INFORMATION: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL.
By way of this Market Survey/Sources Sought Notice, the GSA intends to determine the extent of capable firms to potentially provide the services described. The responses to this Notice will be used for planning purposes for an upcoming procurement. However, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of an RFP; nor does it commit the Government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals.
Respondents are advised that GSA will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will in part depend upon the capabilities indicated by the responses to this notice.
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Be advised, responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice.
End