GSA Region 09 2026 Construction IDIQ Zone 2
ID: 47PK0125R0005Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R9 AMD CAPITAL PROJECTSSAN FRANCISCO, CA, 94102, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for the 2026 Construction Indefinite Delivery Indefinite Quantity (IDIQ) contract for Zone 2 in Region 09, which encompasses Northern California and parts of Nevada. This procurement is set aside for small businesses and aims to provide a range of construction services, including repair, alteration, and design-build capabilities, with an estimated maximum value of $160 million across all task orders. The selected contractors will be responsible for various construction projects, emphasizing technical proficiency and past performance in relevant categories such as mechanical, electrical, and plumbing work. Proposals must be submitted via a Google Form by January 30, 2026, and interested parties can contact Krista M. Miller at krista.miller@gsa.gov or 415-516-8907 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, Solicitation Reference No. 47PK0125R0005, outlines a construction contract for Region 09 Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Construction, specifically Zone 2 (Northern California and parts of Nevada). The contract, effective until September 29, 2025, covers repair and alteration (R&A) services, including design-build, for various federally-owned and leased facilities. Services include general contracting, design capabilities, and modifications/replacements of architectural, mechanical, electrical, and plumbing systems, along with hazardous material abatement. The contracts are Firm-Fixed-Price IDIQ with a one-year base and four one-year options, a maximum limitation of $160,000,000 for all task orders in Zone 2, and a guaranteed minimum of $1,000 per contract. Key terms address pricing, contractor responsibilities, submittals, liquidated damages, and insurance requirements. The document also incorporates several FAR and GSAR clauses in full text, focusing on supply chain security, biobased product reporting, recovered material content, personal identity verification, and prohibitions on certain telecommunications equipment. It details requirements for safeguarding Controlled Unclassified Information (CUI) building information, including marking, dissemination, record-keeping, storage, destruction, and reporting of security incidents. The contract emphasizes compliance with all stated terms and conditions, with Krista Miller designated as the Contracting Officer.
    The government solicitation 47PK0125R0005 outlines multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services in Zone 2 of the Pacific Rim Region, encompassing Northern California and parts of Nevada. Valued at an estimated maximum of $160,000,000 for all task orders, with a $1,000 minimum guaranteed per contract, the initiative focuses on repair and alteration, including design-build services for federal facilities. The contract details pricing, terms, conditions, and clauses, including requirements for Biobased Products, EPA-Designated Items, and prohibitions on certain telecommunications equipment to ensure supply chain security. Key personnel, insurance, and the handling of Controlled Unclassified Information (CUI) are also specified, emphasizing compliance and security protocols for contractors.
    This document outlines a Construction Contract (Sol. Reference No. 47PK0125R0005) for Region 09 Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Construction, Zone 2. The contract focuses on repair and alteration services, including design-build, within Northern California and parts of Nevada (Zone 2). Services cover general construction, design capabilities, modifications to architectural, mechanical, electrical, and piping/plumbing systems, as well as hazardous material abatement and elevator work. The contract is a Firm-Fixed-Price IDIQ type, with a one-year base period and four one-year options, with an estimated maximum of $160,000,000 for all task orders in Zone 2. Key terms address pricing, performance, contractor responsibilities, submittals, liquidated damages, and insurance. The document also incorporates various FAR and GSAR clauses, including those related to the Federal Acquisition Supply Chain Security Act, biobased products, and security prohibitions concerning certain foreign-made equipment and applications like TikTok.
    Amendment 04 to solicitation 47PK0125R0005 outlines critical updates and clarifications for contractors, particularly regarding proposal submissions and the GSA Form 527. Key changes include a revised Agreement and Solicitation, updated SF 1442, and a new proposal due date. The amendment also addresses contractor questions (RFIs) on submitting Past Performance Questionnaires (PPQs) from previous proposals, clarifying that while such PPQs are acceptable if submitted in whole and substantially similar to GSA's format, CPARS cannot be used in their place. Additionally, the amendment specifies that GSA Form 527, including sensitive financial information, must be submitted via Google Form, not directly to the Contracting Officer. It further details the mandatory completion of all sections of GSA Form 527, including financial statements, and provides specific date requirements for financial reporting.
    This document is Amendment 02 for Solicitation 47PK0125R0005, primarily addressing Bidders' Questions and Answers for the 2026 Construction IDIQ contracts in Region 09. Key updates include extending the proposal due date to November 19, 2025, 3 PM Pacific Standard Time, and clarifying submission requirements. Proposals must be submitted via Google Form, with specific documents uploaded as individual PDFs. Past Performance Questionnaires (PPQs) are required, and CPARS reports are accepted as Performance Recognition Documents, but not in lieu of PPQs. Offerors must submit exactly five distinct past experience projects, each in a single category, with at least one project completed in the geographic zone for which they are applying. The document details the scoring for Factor 2 (Past Performance) and clarifies that contract awards are not limited to specific categories or socioeconomic set-asides for future task orders. Financial statements for the last three years are required.
    This government file comprises an amendment to a solicitation and a series of Questions and Answers (Q&As) related to a federal government RFP for construction services. The amendment provides instructions for acknowledging receipt and completing the Standard Form 30, detailing sections for contract identification, dates, and descriptions of modifications. The Q&As address various aspects of the proposal submission, including past experience requirements (e.g., project categories, scoring, geographic location), financial documentation (GSA Form 527), past performance questionnaires (PPQs) and recognition documents (CPARS), and general submission procedures via a Google Form. Key clarifications include the need for separate financial and representation forms for joint venture members, the inability to use the same project for multiple experience categories, and strict adherence to submission formats and deadlines. The document emphasizes that proposals must be complete and not merely reference previous submissions, and outlines the evaluation process for both category and socio-economic set-asides.
    This document is an amendment (Amendment 03) to Solicitation Number 47PK0125R0005, issued on September 29, 2025. The amendment indefinitely suspends the procurement due to a government shutdown, rendering the sam.gov announcement inactive and closing the Google Form for questions. No questions will be accepted during this period via any channel. A future announcement regarding the procurement's resumption will be made through another amendment on sam.gov. The document also includes a Standard Form 30 (SF 30) for "Amendment of Solicitation/Modification of Contract," outlining procedures for acknowledging amendments, modifying contracts, and providing instructions for various fields on the form, such as effective dates, accounting data, and descriptions of changes. It clarifies that all other terms and conditions of the original solicitation remain unchanged.
    The U.S. General Services Administration (GSA) has established GSA Affiliated Customer Accounts (GACA) to facilitate secure collaboration with government customers and business partners who do not use Google in their workplaces. These specialized Gmail accounts enable sharing on GSA's FIPS 140-2 compliant Google Drive and Google Sites, using TLS 1.2 encryption. GACA accounts are strictly for sharing information and are not authorized for email communications. GSA employees and contractors must not use GACA in place of their gsa.gov accounts. To create a GACA, users must sign up for a Gmail account, ensuring their username starts with “GSA.” followed by their first and last name (e.g., GSA.john.smith@gmail.com), complete all required fields, accept the terms, and set up mandatory 2-Step Verification. GSA IT Security Staff continuously monitor shared files for compliance.
    The GSA Form 527, "Contractor's Qualifications and Financial Information," is a comprehensive document designed to collect essential data from contractors for federal government RFPs, grants, and state/local RFPs. It gathers general information such as organizational type, taxpayer ID, and business details. The form also delves into financial standing, including bankruptcy history, outstanding debts to the government, and current government financing. Contractors must provide detailed financial statements (balance sheet and income statement), banking information, and details on loans secured by company assets. Additionally, it requests information on principal suppliers, past and current construction/service contracts, largest jobs completed, and surety bond coverage. The form concludes with a certification section, requiring an authorized official's signature to attest to the accuracy of the provided financial and qualification data.
    The PBS Past Performance Questionnaire is a government document used to evaluate contractor performance for federal, state, and local RFPs and grants. It requires contractors to provide detailed information about their firm, general work experience (as prime, sub, or joint venture), and specific contract details including type, title, location, award/completion dates, and original/final prices. A key section is dedicated to project description and relevance to future submissions. The questionnaire also includes an extensive client evaluation section, where clients rate the contractor's performance across categories such as quality, schedule, customer satisfaction, management, cost/financial management, safety/security, and general compliance using a five-tier adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) plus "Not Applicable." Clients are asked if they would rehire the firm and can provide additional comments on strengths, weaknesses, or deficiencies. The document emphasizes the importance of direct client submission to the offeror for inclusion in proposals, with the government reserving the right to verify all information.
    The General Services Administration (GSA) is soliciting proposals for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction in Region 09, Zone 2 (Northern California). This small business set-aside aims to award 10-20 contracts to the highest technically rated offerors with fair and reasonable pricing. Proposals, due by November 12, 2025, at 3:00 PM PST, must be submitted via Google Form and include a Price Proposal, Technical Proposal (Past Experience and Past Performance), Representations and Certifications, and GSA Form 527. Technical proposals will be evaluated on a 200-point scale, with 100 points each for Past Experience and Past Performance. Specific set-asides are targeted for HubZone, Women-Owned, Service-Disabled Veteran-Owned, and 8(a) small businesses. Contracts will have a one-year base period and four one-year options. The government intends to award without discussions, prioritizing best value. Krista Miller (krista.miller@gsa.gov) is the authorized representative for inquiries.
    The General Services Administration (GSA) is soliciting proposals for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction in Region 09, Zone 2 (Northern California). This small business set-aside aims to award 10-20 IDIQ contracts, including specific socioeconomic set-asides for HubZone, Women-Owned, Service-Disabled Veteran-Owned, and 8(a) small businesses. Proposals are due by November 12, 2025, at 3:00 PM PST, and must be submitted via a Google Form, requiring a Gmail address. The contracts will have a one-year base period and four one-year options. Evaluation will prioritize technical factors (Past Experience and Past Performance, each 100 points) over price, with awards going to the highest technically rated proposals with fair and reasonable pricing. Offerors must submit five past projects, with at least one in the target geographic zone, and up to four Past Performance Questionnaires (PPQs).
    This government solicitation, Sol. No. 47PK0125R0005, is for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts in Region 09, Zone 2 (Northern California), set aside for small businesses. It outlines requirements for proposals, including price and technical components. Offerors must submit proposals via Google Form by November 19, 2025, providing pricing for profit, overhead, and bond percentages. Technical proposals are evaluated on Past Experience (Factor 1, 100 points) across various project types (e.g., Mechanical, Electrical, Design-Build, Historic Preservation, and projects of different value ranges) and Past Performance (Factor 2, 100 points) through client questionnaires and recognition documents. Joint ventures have specific submission requirements. The government intends to award 10-20 IDIQ contracts per zone, targeting specific socioeconomic small business categories. Awards will prioritize the highest technically rated proposals with fair and reasonable pricing, without a direct trade-off between technical factors and price. The contracts will have a one-year base period with four one-year options, totaling five years.
    The General Services Administration (GSA) has issued Solicitation No. 47PK0125R0005 for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts in Region 09, Zone 2. This solicitation is set aside for Small Businesses and seeks proposals for various construction projects. Proposals must be submitted via a Google Form by January 30, 2026, and include price and technical proposals, representations, certifications, and financial information. Offerors can submit proposals for multiple geographic zones but will only receive one contract per zone. Evaluation will prioritize technically rated proposals with fair and reasonable pricing, considering past experience in categories like Mechanical, Electrical, Plumbing, Design-Build, Historic Preservation, and projects of varying costs. Past performance and adherence to
    The General Services Administration (GSA) Solicitation Nos. 47PK0125R0004-7 outline offeror representations and certifications for federal contracts, particularly in commercial and institutional building construction (NAICS code 236220, $45 million small business size standard). It details specific FAR clauses that apply based on contract type, value, and scope, including those related to independent price determination, payments to influence federal transactions, taxpayer identification, women-owned businesses, covered telecommunications equipment, responsibility matters, and various socioeconomic programs. The document emphasizes the use of the System for Award Management (SAM) for annual representations and certifications, requiring offerors to verify or update their information. It also provides guidance on obtaining and using Commercial and Government Entity (CAGE) codes, prohibits contracting with entities using certain telecommunications or video surveillance equipment, and addresses compliance with Federal Acquisition Supply Chain Security Act (FASCSA) orders. Additionally, it includes certifications regarding violations of arms control treaties. Offerors must disclose any non-compliance with these provisions for government review and potential waivers.
    The Standard Form 1442 (SF 1442) serves as a comprehensive solicitation, offer, and award form for construction, alteration, or repair projects within the government. This document outlines the process for both sealed bids and negotiated proposals, detailing requirements for offer submission, performance bonds, and timelines for government acceptance. Key sections include specific instructions for offerors to complete, such as company information and acknowledgment of amendments, and provisions for government officials to finalize awards. The form emphasizes adherence to work requirements, clauses, and provisions, ensuring compliance and clarity throughout the contracting process. The document also includes specific dates and addresses related to a solicitation issued by GSA, PBS, Acquisition Management Division, for project number 47PK0125R0005, with offers due by November 19, 2025, at 3 PM Pacific Time.
    This document is a Standard Form 1442, "SOLICITATION, OFFER, AND AWARD" for construction, alteration, or repair work, specifically a Request for Proposal (RFP) issued by GSA, PBS, Acquisition Management Division. The solicitation number is 47PK0125R0005, issued on November 12, 2025. Offers are due by 3 PM Pacific Time on September 29, 2025, and will be accepted for 90 calendar days. The government requires the contractor to begin performance within 10 calendar days of receiving a notice to proceed and complete the work within 365 calendar days. Performance and payment bonds are required, and the performance period is mandatory. Offers must include an original and 10 copies, be marked with the offeror's information, and adhere to all solicitation requirements. Krista Miller at 415-516-8907 is the contact for information, with offers to be submitted via a Google form link. The project details are specified in the "Agreement dated 09/29/2025 and all attachments thereto."
    The Standard Form 1442 is a solicitation, offer, and award form for construction, alteration, or repair projects. It serves as a comprehensive document for federal government RFPs, outlining the requirements for contractors to submit offers. Key sections include the solicitation number, project details, performance period, and requirements for performance and payment bonds. The form specifies deadlines for offer submissions and government acceptance, along with instructions for marking sealed offers. It also details the agreement between the government and the contractor upon award, including the scope of work and governing clauses. The form accommodates both sealed bids and negotiated proposals, ensuring all offers comply with the outlined conditions and legal frameworks.
    Solicitation No. 47PK0125R0005, "2026 Construction IDIQ Zone 2 Northern California," is a contract price form for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This document requires offerors to submit proposed rates for "Overhead," "Profit," and "Bond." These accepted rates will serve as the maximum applicable to all task orders and modifications throughout the contract's duration. By signing and submitting this form, along with SF 1442, the offeror agrees to be bound by these rates for the life of any resulting IDIQ contracts and task orders. The proposed prices must be available for award for at least 90 days from the proposal due date, and the signer must be authorized to act on behalf of the Offeror. This form is critical for establishing the financial terms under which construction services will be performed in Northern California.
    Lifecycle
    Title
    Type
    Similar Opportunities
    GSA Region 09 2026 Construction IDIQ Zone 4
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for multiple-award Indefinite Delivery-Indefinite Quantity (IDIQ) construction contracts in Zone 4 of Region 09, specifically targeting Southern California. The contracts, set aside for small businesses, will encompass a range of services including repair, alteration, and design-build for federal facilities such as courthouses and land ports of entry, with a total maximum value of $120 million across all task orders. Interested contractors must submit their proposals, including technical and price components, by January 30, 2026, via a Google Form, and are encouraged to review the detailed requirements outlined in the solicitation documents. For further inquiries, Krista M. Miller can be contacted at krista.miller@gsa.gov or by phone at 415-516-8907.
    GSA Region 09 2026 Construction IDIQ Zone 3
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for multiple-award Indefinite Delivery-Indefinite Quantity (IDIQ) construction contracts in Region 09, Zone 3, specifically set aside for small businesses. These firm-fixed-price contracts will cover repair and alteration services, including design-build for various federal facilities, with an estimated maximum value of $50 million for all task orders, typically ranging from $100,000 to $5 million. Contractors will be responsible for providing management, labor, materials, and equipment while adhering to specific contract provisions and compliance requirements. Proposals are due by January 30, 2026, and interested parties should contact Krista M. Miller at krista.miller@gsa.gov or 415-516-8907 for further information.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    Fresno CA, IRS Cafe Freezer Compressor Replacement
    General Services Administration
    The General Services Administration (GSA) is soliciting bids for the replacement of the compressor for a cafeteria walk-in freezer located at 1325 Broadway St, Fresno, CA. This project, identified as 47PD5526R0010, requires completion within 90 calendar days from the Notice to Proceed and emphasizes adherence to prevailing wage rates and GSA building security requirements. A mandatory site visit is scheduled for January 14, 2026, at 11:00 AM PST, with proposals due by January 26, 2026, at 4:00 PM PST, requiring submission in PDF format along with a signed SF1449 and detailed pricing. Interested contractors should direct inquiries to Amber Martinez at amber.martinez@gsa.gov or (602) 821-6893.
    General Construction Services - Water Infiltration Remediation project -Phase II- Alexander Hamilton Custom House in New York, NY
    General Services Administration
    The General Services Administration (GSA) is seeking qualified general contractors to provide full construction services for the Water Infiltration Remediation project - Phase II at the Alexander Hamilton U.S. Customs House in New York, NY. This project involves significant historic preservation work, including façade restoration, roof replacement, window replacement, and the conservation of fine arts murals and sculptures, as part of a larger repair and alteration initiative. The anticipated contract, valued between $70 million and $80 million, will be awarded through a best value procurement method, with a projected period of performance of approximately 210 weeks, beginning with a Notice to Proceed expected in February 2027. Interested contractors must submit a Capability Statement by 3:00 PM EST on January 9, 2026, to Lisa Zalar at lisa.zalar@gsa.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    GSA Leasing Support Services Max (GLS Max)
    General Services Administration
    The General Services Administration (GSA) is seeking contractors for the GSA Leasing Support Services Max (GLS Max) contract, which will provide leasing support services to assist in the acquisition of leasehold interests and related real estate services for federal tenants. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a base year and four option years, focusing on lease acquisitions, post-award services, lease renewals, and lease extensions, with compensation derived from negotiated real estate commissions paid by building owners rather than direct payments from GSA. This procurement is crucial for ensuring effective lease management and support for GSA's operations, with proposals due by 4:00 PM (Eastern Time) on May 5, 2025, and an estimated contract award value of at least $50,000 per awardee. Interested parties can contact Felipe P. Jolles at felipe.jolles@gsa.gov or Christine Allen at christine.allen1@gsa.gov for further information.
    GSA Fleet Lease Vehicle Auction & Marshalling Services Redding, CA
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in Redding, California, for the period from April 1, 2026, to March 30, 2027. The procurement aims to modernize GSA's public vehicle sales model, maximize proceeds from the sale of over 227,000 government vehicles, and expand market presence, particularly for Zero Emission Vehicles. Interested parties must be located within 50 miles of Redding, CA, and must either own or legally lease their facility. Responses to the Request for Information (RFI) are due by January 26, 2026, and should be submitted via email to the primary contact, Jeff Whelpley, at jeffrey.whelpley@gsa.gov.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full section reconstruction, utility relocation, and traffic control measures to ensure minimal disruption to port operations. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    Industry Day for Construction Projects at Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Complex, San Juan, Puerto Rico
    General Services Administration
    The General Services Administration (GSA) is hosting an Industry Day for contractors interested in two significant construction projects at the Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Complex in San Juan, Puerto Rico. The projects include non-structural seismic mitigation at the Nazario Courthouse and the construction of a new ten-story courthouse annex, both requiring contractors with experience in commercial and institutional building construction (NAICS code 236220). The total project magnitudes are estimated between $20 million and $40 million for the seismic mitigation and between $200 million and $260 million for the annex. Interested parties are encouraged to register for the virtual event scheduled for January 21, 2026, at 10:00 AM (AST) by completing the registration form provided in the notice. For further inquiries, contact Natalia Lugo-Vina Cruz at natalia.lugo-vinacruz@gsa.gov.
    REDACTED JOTFOC - 2AZ0434
    General Services Administration
    The General Services Administration (GSA) is seeking to procure leasing services for office buildings under the opportunity titled "REDACTED JOTFOC - 2AZ0434." This procurement involves a justification notice for the lease/rental of office space, which is critical for accommodating federal operations and personnel. The selected contractor will play a vital role in ensuring that the GSA can maintain efficient and effective office environments. For further inquiries, interested parties can contact Christine R. Wong at christine.r.wong@gsa.gov or by phone at 415-522-4726.