GSA Region 09 2026 Construction IDIQ- Zone 1
ID: 47PK0125R0004Type: 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 qualified small businesses to participate in the 2026 Construction Indefinite Delivery Indefinite Quantity (IDIQ) contract for Zone 1 in Region 09, covering areas in Arizona and Nevada. This procurement aims to secure multiple-award contracts for construction services, including repair and alteration work, with an estimated maximum value of $70 million and a guaranteed minimum of $1,000 per contract. The selected contractors will provide a range of services, including general contracting and design-build capabilities, essential for maintaining federal facilities. Proposals are due by November 19, 2025, at 3:00 PM Pacific Standard Time, and interested parties should direct inquiries to Krista M. Miller at krista.miller@gsa.gov or call 415-516-8907.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation (Reference No. 47PK0125R0004) outlines a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) construction contract for repair and alteration services, including design-build, within Zone 1 of the Pacific Rim Region (Arizona and Nevada, excluding Carson City, Reno, and Washoe County). The contract, under NAICS code 236220, has an estimated maximum of $70,000,000 for all task orders and a guaranteed minimum of $1,000. It covers general construction, design, and modifications to architectural, mechanical, electrical, and plumbing systems in federal facilities. The agreement comprises a one-year base period with four one-year options. Key terms include requirements for contractor responsibilities, submittals, liquidated damages, insurance, prompt payment, security clearances, and the safeguarding of Controlled Unclassified Information (CUI).
    The government solicitation 47PK0125R0004 outlines a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) construction contract for repair and alteration services, including design-build, in Zone 1 of the Pacific Rim Region (Arizona and Nevada, excluding Carson City, Reno, and Washoe County). The contract, under NAICS code 236220, has an estimated maximum of $70,000,000 for all task orders and a guaranteed minimum of $1,000 per contract. Services will encompass general contracting, design, and modifications to architectural, mechanical, electrical, and plumbing systems, including hazardous material abatement, for federal facilities. The contract has a one-year base period with four one-year options. Key terms include task-order-specific liquidated damages, Buy American Act requirements, and insurance provisions. The document also details clauses on supply chain security, biobased products, recovered material content, personal identity verification, and prohibitions on certain telecommunications equipment, with strict reporting and safeguarding requirements for Controlled Unclassified Information (CUI).
    This document is an amendment to a solicitation for Construction 2026 IDIQ contracts in Region 09, specifically Amendment 02. It addresses numerous questions (RFIs) from potential offerors regarding proposal submission requirements, evaluation criteria, and contract execution. Key clarifications include the rejection of CPARS reports in lieu of Past Performance Questionnaires (PPQs) but their acceptance as Performance Recognition Documents, specific formatting and content requirements for past experience project narratives (five projects, each a separate PDF, maximum two pages), and the exclusive use of a Google Form for proposal submissions. The amendment also extends the proposal due date to November 19, 2025, due to a government shutdown. It details the scoring for Factor 2 (Past Performance) and clarifies that contract awards will be made to small businesses, not exclusively socioeconomic set-asides, with the possibility of category set-asides overlapping with socioeconomic targets. Task orders will be competed among all awardees in a zone, regardless of the initial award category, with no guarantee of work. Financial statements for the last three years are required, and the maximum task order value is a ballpark estimate, not a hard limit. Overall, the amendment aims to provide clarity and address concerns to ensure fair and compliant proposal submissions.
    This document, Amendment 01 to Solicitation No. 47PK0125R0004, addresses numerous questions from potential offerors regarding a federal government RFP for construction IDIQ contracts across multiple zones. Key clarifications include: allowing the use of the same past experience projects for different zones (provided one project per zone is geographically relevant); requiring separate GSA Forms 527 and Representations and Certifications for each joint venture member and the JV itself; confirming that only five projects can be submitted for Factor 1: Past Experience, and each project can only be submitted for one of the eight categories; and detailing the distinct differences between category and socio-economic set-asides. The amendment also clarifies submission requirements for the Google Form, confirms the scoring for Factor 1, and specifies that CPARS reports are not accepted in lieu of Past Performance Questionnaires (PPQs) but are valid for Performance Recognition Documents. It also clarifies that submitting a project in a higher dollar category does not automatically qualify an offeror for lower dollar categories, and emphasizes that in-zone project experience must be demonstrated at the proposal stage, not through future subcontracting arrangements.
    Amendment 03 indefinitely suspends procurement 47PK0125R0004 due to a government shutdown, rendering the sam.gov announcement inactive and the Google Form for questions closed. No inquiries will be accepted during this period. A new announcement will be made via Amendment on sam.gov once the shutdown concludes. This document outlines procedures for acknowledging solicitation amendments and contract modifications, detailing methods such as completing specified items, acknowledging receipt on offer copies, or sending separate communications. It also specifies requirements for contractors to sign and return copies of amendments, and provides instructions for various fields on Standard Form 30, covering effective dates, issuing offices, contractor information, and accounting data, emphasizing the importance of timely and proper acknowledgment for offer validity.
    The U.S. General Services Administration (GSA) has implemented a new process called GSA Affiliated Customer Accounts (GACA) to facilitate secure collaboration with government customers and business partners who do not use Google in their workplaces. GACA allows external users to share information on GSA's FIPS 140-2 compliant Google Drive and Google Sites, ensuring data is safeguarded and transmitted via TLS 1.2 encryption. GACA accounts are exclusively for sharing and are not authorized for email communications. GSA employees and contractors must not use GACA in place of their official gsa.gov accounts. To create a GACA account, individuals must sign up for a Gmail account, using a specific username format (e.g., GSA.firstname.lastname@gmail.com), complete all required fields, accept terms, and set up mandatory 2-Step Verification. GSA IT Security Staff continuously monitors shared files for compliance.
    The 'Contractor's Qualifications and Financial Information' form (GSA 527) is a comprehensive document for contractors to establish financial responsibility with the U.S. General Services Administration or procure credit. It requires detailed information across various sections, including general organizational details (name, address, type of organization, TIN, product/service, ownership), financial history (bankruptcy, judgments, liens, outstanding debts), and government financial aid or indebtedness. The form also mandates submission of financial statements, balance sheets, and income statements. It collects banking, finance company, and supplier information, as well as details on current and completed construction/service contracts. The document concludes with sections for surety bond information and remarks, culminating in a certification by an authorized official to attest to the accuracy and truthfulness of the provided financial condition statements.
    The PBS Past Performance Questionnaire is a government document designed for evaluating contractor performance on federal, state, and local projects. It serves as a tool for offerors to submit past performance information to the Public Buildings Service (PBS) with their proposals. The questionnaire is divided into sections covering contractor and contract information, project description, and detailed performance evaluation by the client. Clients are instructed to rate contractors based on predefined adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) across various categories: quality, schedule, customer satisfaction, management/personnel, cost/financial management, safety/security, and general compliance. The document also includes sections for sustainability, a rehire recommendation, and a comprehensive comments section for detailed feedback. The government reserves the right to verify all submitted information.
    The General Services Administration (GSA), Region 9, has issued Solicitation No. 47PK0125R0004 for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts for Zone 1, which includes Arizona and Nevada. This solicitation is set aside for small businesses and targets specific socioeconomic groups, including HubZone, Women-Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and 8(a) firms. Proposals are due by November 12, 2025, at 3:00 PM PST and must be submitted via Google Form. The evaluation criteria include a 200-point technical proposal (100 points for Past Experience and 100 for Past Performance) and fair and reasonable pricing. Key past experience categories include Mechanical, Electrical, Plumbing, Design-Build, Historic Preservation, and projects of various values. Offerors must submit five distinct projects, with at least one located in the proposed geographic Zone. The government intends to award 10 to 20 IDIQ contracts per Zone, prioritizing the highest technically rated proposals with fair and reasonable pricing. The contracts will have a one-year base period and four one-year options, totaling five years.
    This government solicitation (Sol. No. 47PK0125R0004) is for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts for Region 09, Zone 1, exclusively for Small Businesses. Proposals are due by November 12, 2025, at 3:00 p.m. PST, and must be submitted via a Google Form using a Google/Gmail email address. The solicitation outlines requirements for price and technical proposals, the latter evaluated on Past Experience (Factor 1, 100 points) and Past Performance (Factor 2, 100 points). Offerors must submit five different past projects, with at least one located in the proposed geographic zone. Up to four Past Performance Questionnaires (PPQs) and five performance recognition documents are required. The Government intends to award 10-20 IDIQ contracts per zone, targeting specific socioeconomic small business set-asides for Zone 1 (HubZone, WOSB, SDVOSB, 8(a)). Awards will go to the highest technically rated proposals with fair and reasonable pricing, with technical qualifications weighted significantly more than price. The contracts will have a one-year base period and four one-year options, totaling a potential five-year performance period.
    This government solicitation, Sol. No. 47PK0125R0004, is for Small Businesses to bid on multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction in Region 09, Zone 1. Proposals, due by November 19, 2025, at 3:00 PM Pacific Standard Time, must be submitted via a Google Form and include a Price Proposal and a Technical Proposal. The Technical Proposal is evaluated on Past Experience (Factor 1, 100 points) across various project categories (e.g., Mechanical, Electrical, Design-Build) and Past Performance (Factor 2, 100 points) based on client questionnaires and recognition documents. Awards will be made to the highest technically rated proposals with fair and reasonable pricing, targeting 10 to 20 IDIQ contracts per Zone, including socioeconomic set-asides for HubZone, Women-Owned, Service-Disabled Veteran-Owned, and 8(a) Small Businesses. The contracts will have a one-year base period and four one-year options, with a maximum order limit of $70,000,000.
    This GSA solicitation outlines essential offeror representations and certifications for federal contracts, particularly for construction and service acquisitions. It details requirements related to business size standards (NAICS code 236220, $45 million), SAM registration, and various FAR clauses covering areas such as independent price determination, payments to influence federal transactions, taxpayer identification, and prohibitions on certain telecommunications equipment or services. The document also addresses reporting on ownership, control, and predecessor information, as well as adherence to arms control treaties. Offerors must ensure their SAM data is current, accurate, and complete, or provide specific amendments. Non-compliance with restrictions on certain telecommunications equipment or services, or products from sources subject to FASCSA orders, requires detailed disclosure for potential waivers.
    This document is a Standard Form 1442, a solicitation, offer, and award form used for federal government construction, alteration, or repair contracts. It outlines the process for soliciting bids or proposals, receiving offers from contractors, and formalizing an award. Key details include the solicitation number (47PK0125R0004), type (negotiated RFP), issue date (10/24/2025), and the issuing agency (GSA, PBS, Acquisition Management Division). The government requires performance of work described in the "Agreement dated 10/24/2025," with a mandatory performance period of 365 calendar days and completion within 10 calendar days after notice to proceed. Offers are due by 3 PM Pacific Time on 11/19/2025, via Google Form. It specifies requirements for performance and payment bonds, and a 90-day acceptance period for offers. The form also includes sections for offeror information, amendment acknowledgments, and government award details, emphasizing strict adherence to the solicitation's terms and conditions.
    This document is a Standard Form 1442, "SOLICITATION, OFFER, AND AWARD" for construction, alteration, or repair, specifically a Request for Proposal (RFP) issued by GSA, PBS, Acquisition Management Division. The solicitation number is 47PK0125R0004, issued on September 29, 2025. It details the requirements for a contractor to perform work described in an agreement dated September 29, 2025, and its attachments. Offers are due by November 12, 2025, at 3 PM Pacific Time to the specified GSA address in San Francisco. Key requirements include a mandatory performance period of 90 calendar days and completion within 365 calendar days after receiving a notice to proceed. Performance and payment bonds are required, and offers must remain valid for at least 90 calendar days. The document outlines sections for offeror information and the government's award details.
    The Contract Price Form for Solicitation No. 47PK0125R0004, titled "2026 Construction IDIQ Zone 1 Arizona/Nevada," requires offerors to submit proposed rates for Overhead, Profit, and Bond. These rates, once accepted and incorporated into a contract, will be the maximum applicable for all task orders and modifications throughout the contract life. The form emphasizes that the submitted prices must be available for award for at least 90 days from the proposal due date (September 29, 2025). Signers must be authorized to represent the Offeror and agree to be bound by the submitted rates upon submission of this form and SF 1442. This document is crucial for establishing the financial terms of future construction task orders under the IDIQ contract.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SOLE SOURCE AWARD NOTICE FOR GS-09B-LAZ03071
    Buyer not available
    The General Services Administration (GSA) is issuing a sole source award notice for the lease/rental of office buildings under the contract GS-09B-LAZ03071. This procurement is justified as an Other Than Full and Open Competition, indicating that the GSA has determined that only one source is capable of fulfilling the requirements. The leased space will be utilized for government operations in Arizona, emphasizing the importance of securing suitable office facilities for effective service delivery. For further inquiries, interested parties can contact Brennen O'Donnell at brennen.odonnell@gsa.gov.
    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
    Buyer not available
    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.
    REV1 US Courts - 5th Floor Pretrial Kitchenette Renovation
    Buyer not available
    The General Services Administration (GSA) is soliciting bids for the renovation of the 5th Floor Pretrial Kitchenette at 500 Pearl Street, New York, NY. The project involves comprehensive construction services, including demolition, installation of new cabinetry, flooring, plumbing, and electrical upgrades, all to be completed within a 180-day performance period. This renovation is crucial for maintaining operational efficiency within the courthouse and ensuring compliance with federal and local standards. Interested small businesses must submit their proposals by December 19, 2025, at 4:00 PM (EST), with an estimated contract value between $50,000 and $75,000. For further inquiries, contact Monique Woods at monique.woods@gsa.gov or Nicholas Uom at nicholas.uom@gsa.gov.
    SABER IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    Wichita U.S. Courthouse North Facade Cleaning and Tuckpointing
    Buyer not available
    The General Services Administration (GSA) is soliciting contractors for the cleaning and tuckpointing of the north facade of the Wichita U.S. Courthouse in Kansas. This opportunity is specifically available to contractors who currently hold a contract with GSA Region 6 under the Small Business Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract for Construction Services in Kansas. The project is crucial for maintaining the structural integrity and aesthetic appearance of the courthouse, which serves as a vital public building. Interested contractors should contact Anthony Dibbern at anthony.dibbern@gsa.gov or (785) 295-2503, or Dane Anderson at dane.anderson@gsa.gov or (785) 217-6059 for further details, as access to solicitation documents is restricted to eligible contract holders.
    Industry Day for Construction Projects at Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Complex, San Juan, Puerto Rico
    Buyer not available
    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
    Buyer not available
    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.
    47PD5126R0002 - Hruska - USMS Indoor Firing Range Cleaning
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the cleaning and maintenance of the Indoor Firing Range at the Roman Hruska US Courthouse in Omaha, Nebraska. The contract requires a qualified contractor to provide all necessary labor, materials, equipment, and supervision for comprehensive cleaning services, including hazardous waste disposal and compliance with environmental regulations. This project is crucial for maintaining a safe and compliant indoor firing range environment, with a performance period set from January 16, 2026, to January 16, 2027. Interested small businesses must submit their proposals by January 9, 2026, at 4:00 PM CST, and can contact Antonio Vargus at antonio.vargus@gsa.gov or (515) 217-2186 for further information.
    2NV0188 - Justification for Other Than Full & Open Competition: Lease of Office (Adding Two Renewal Options) Space Henderson, NV
    Buyer not available
    The General Services Administration (GSA) is seeking to justify the procurement of office space through a lease in Henderson, Nevada, with the addition of two renewal options. This opportunity involves the lease/rental of office buildings, which is crucial for accommodating government operations and ensuring efficient service delivery. The primary contact for this opportunity is Joseph Yu, who can be reached at joseph.yu@gsa.gov, while Anna Soydova serves as the secondary contact at anna.soydova@gsa.gov. Further details regarding the justification for other than full and open competition can be found in the associated document.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.