National Elevator Modernization & Construction IDIQ SB Set Aside RFP
ID: 47PM0925R0004Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R11 SPECIAL PROGRAMS DIVISION ACQUISITION REGIONAL SUPPORTWASHINGTON, DC, 20405, USA

NAICS

Construction (23)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The General Services Administration (GSA) is seeking proposals for the National Elevator Modernization & Construction Indefinite Delivery/Indefinite Quantity (IDIQ) contract, specifically set aside for small businesses. This procurement aims to establish multiple award contracts for elevator construction and modernization tasks valued under $1 million, with a total potential contract value of $250 million over a five-year period. The initiative is crucial for enhancing the safety and accessibility of elevator systems within federal buildings, ensuring compliance with relevant regulations. Interested parties must submit their proposals by February 19, 2025, following a pre-proposal conference on February 5, 2025, and can direct inquiries to Theodore Bonwit at the provided email address.

    Point(s) of Contact
    Ericka M. Wilson
    ericka.wilson@gsa.gov
    Files
    Title
    Posted
    The National Elevator Modernization Contract outlines the establishment of Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts for elevator construction and modernization tasks, valued below $1 million, across GSA's 11 regions. The GSA aims to award contracts over a base year and four option years, totalizing a $250 million maximum amount. Small businesses are a priority, with each contractor guaranteed a minimum of $2,000 without a required order. The scope includes comprehensive elevator and escalator system modernization, ensuring compliance with safety and accessibility regulations. Contractors must perform at least 80% of tasks, and project deliverables include designs, installation, documentation, and safety management. The document sets forth various contractual and regulatory stipulations, including performance criteria, wage determinations, insurance requirements, and security protocols for contractor personnel. In summary, this agreement facilitates the modernization and compliance of elevator systems in federal buildings while promoting competitive bidding and small business inclusion.
    The document outlines the amendment to the National Elevator Modernization Indefinite Delivery/Indefinite Quantity (IDIQ) solicitation, detailing changes and requirements for contractors bidding on elevator construction and modernization projects valued under $1 million. Key modifications include updated bonding requirements, reduced supplemental contract success submissions, and adjustments to evaluation criteria. The solicitation, administered by the GSA, permits multiple award contracts across eleven regions to enhance competition and efficiency for federal building projects. The IDIQ contract establishes a guaranteed minimum of $2,000 with a total maximum value of $250 million, featuring tasks up to $1 million each. The contract emphasizes small business participation and the necessity for contractors to self-perform at least 80% of work. The scope encompasses design, installation, and compliance with numerous regulatory standards like ANSI, OSHA, and ADA. It also delineates obligations for project management, safety inspections, and key personnel requirements, ensuring high-quality project delivery while minimizing disruption to federal facilities. The outlined processes promote a structured framework for contractors and the compliance necessary for federal projects, demonstrating the government's commitment to maintaining building safety and accessibility.
    This document outlines safety and health requirements for construction-related work, emphasizing protective measures to safeguard employees and the environment. The general guidelines insist on adhering to various federal regulations, including OSHA standards and environmental acts concerning hazardous materials such as asbestos, lead-based paints, and PCBs. Key provisions include a pre-construction safety meeting to discuss protocols and a commitment from contractors to ensure compliance with relevant safety measures. Essential accident reporting mechanisms are detailed, requiring any serious incidents to be reported within two hours, with comprehensive documentation to be submitted. The document mandates contractor responsibility for health and safety, requiring a detailed plan of action for hazardous materials, including identification, prevention measures, and emergency procedures. Public protection measures must also be implemented, necessitating fencing, proper signage, and dust control during construction. Overall, this guidance aims to ensure safety during construction activities while complying with applicable local and federal regulations. It highlights the complexities associated with managing hazardous materials and emphasizes the importance of maintaining a safe environment for both workers and the general public.
    The document outlines comprehensive procedures for asbestos abatement, detailing the responsibilities and requirements for contractors engaged in such work. It describes the overall scope, which encompasses the reduction of asbestos air concentrations, material removal, containment, and disposal. Key requirements include contractor qualifications specific to the District of Columbia, Maryland, and Virginia, as well as strict adherence to state and federal regulations such as NESHAP. The document mandates the submission of various plans and qualifications from contractors, including air testing results, disposal plans, and plans for the decontamination of work areas. To ensure safety, work must be conducted under rigorous guidelines, with monitoring of airborne asbestos levels and adherence to protective measures. The abatement process involves isolation of work areas, utilization of specialized equipment, and careful handling and disposal of asbestos materials. Additionally, contractors must achieve significant final air quality standards before the removal of containment barriers. This rigorous framework demonstrates the government’s commitment to ensuring safe and effective asbestos management in compliance with applicable regulations.
    The Asbestos Roofing Removal Procedures document outlines the necessary steps and requirements for safely removing and disposing of asbestos-containing roofing materials. It emphasizes the need for compliance with federal, state, and local regulations to minimize airborne asbestos levels during the abatement process. Key elements include contractor qualifications, air monitoring protocols, and strict adherence to safety and health regulations. The contractor must ensure that all personnel are properly trained and licensed in asbestos removal, must submit detailed plans of action and disposal methods, and provide notifications to relevant authorities before commencing work. The document also specifies quality control measures, such as continuous air monitoring, visual inspections, and proper disposal of asbestos waste in accordance with EPA guidelines. Overall, this document serves as a comprehensive guide for government contractors involved in asbestos abatement projects, ensuring safety and regulatory compliance throughout the process.
    This government document outlines the procedures and safety measures for the removal of bird and bat droppings in designated control areas. The contractor is responsible for ensuring worker and visitor safety, adhering to federal, state, and local regulations, and implementing strict dust control measures. Key procedures include isolating the work area, saturating droppings to prevent airborne particles, and utilizing appropriate equipment such as industrial HEPA vacuums for debris removal. Workers are required to wear protective clothing and respirators, and disposable coveralls must be properly disposed of after use. Cleanup procedures involve thorough final cleaning with disinfectants, and visual inspection by the Contracting Officer ensures satisfactory completion of the work. The document emphasizes the integration of these tasks with other environmental abatement efforts, maintaining a focus on health and safety throughout the process. Overall, this guideline serves to ensure safe and effective removal of hazardous materials in compliance with relevant regulations, underscoring the importance of worker safety and environmental protection in government projects.
    The document outlines stringent guidelines for the control and abatement of lead-based paint (LBP) during federal construction projects. It specifies that all painted surfaces in facilities built before 1978 must be treated as potentially lead-containing unless tested otherwise. The guidelines detail procedures for identifying, containing, repairing, removing, and disposing of lead-containing materials, emphasizing proper protective measures to minimize lead exposure. Contractors must be licensed and trained in lead abatement, complying with relevant federal and local regulations. The document outlines pre-work submission requirements such as proof of previous lead abatement projects, personnel qualifications, and a site-specific work plan. It mandates daily clean-up and waste disposal practices and sets specific air quality standards to measure lead dust levels during the project. Post-abatement, clearance testing of work areas includes stringent criteria for lead levels, ensuring compliance with health and safety regulations. Overall, these measures highlight the government's commitment to safeguarding public health during renovations involving hazardous materials, aligning with regulatory standards for lead safety and environmental protection.
    The document outlines the file naming requirements for uploading documents to the electronic contract file system (EASi/EDMS) within the Public Building Service (PBS). It emphasizes the importance of maintaining organization and clarity in file names to facilitate access for different parties involved in contract management. Key guidelines include starting file names with a descriptive title, avoiding duplicate or draft files, and implementing a specific date format (YYYY MM DD) when applicable. Specific rules discourage the use of special characters or uncommon abbreviations and advise on how to incorporate revision identifiers for modified documents. Sample file names illustrate the proper format for various types of documents, including awards, modifications, and correspondence. The overall purpose is to create a uniform and efficient filing system that supports compliance and accessibility in government contracting processes, ensuring that important contract documentation is easily retrievable and clearly categorized for users across PBS operations.
    The GSA Order ADM 7002.1 establishes guidelines for the implementation of Smart Buildings (SB) within federally owned facilities under the General Services Administration (GSA). Its purpose is to create consistency in applying and evaluating SB technologies, which aim to modernize facility management, ensure energy conservation, enhance occupant comfort, and promote data-driven decision-making. The document outlines definitions for Smart Buildings, Building Monitoring and Control Systems, Operational Technology, and the Internet of Things. The Order applies to GSA Public Buildings Service employees and contractors involved in federally owned facilities and emphasizes a collaborative approach involving multiple stakeholders, including the Office of the Chief Information Officer (OCIO) and various regional representatives. It mandates adherence to existing federal policies and outlines specific procedures for the deployment of SB technologies, cybersecurity practices, and project approval processes through the newly established GSA SB Advisory Board. The document underscores the importance of compliance, data integration, and appropriate oversight to effectively implement smart systems across GSA's building inventory, ultimately aimed at facilitating innovation while ensuring security and operational efficiency.
    The General Services Administration (GSA) issued Order CIO 2180.2, establishing rules for the handling of Personally Identifiable Information (PII) to comply with federal policy requirements outlined by the Office of Management and Budget. This Order details the responsibilities of GSA employees and contractors regarding PII, emphasizing mandatory background checks and training for those accessing sensitive information. It defines key terms such as "PII", "breach", and "security incident" while outlining protective measures for PII and corrective actions for non-compliance, which may include disciplinary measures for employees and potential criminal penalties under the Privacy Act for contractors. The GSA mandates reporting all suspected breaches and incidents to the IT Service Desk. This document reinforces GSA's commitment to safeguarding personal information and ensuring that all personnel understand their roles in maintaining data privacy and security. Compliance with these regulations is crucial for protecting individual privacy and upholding organizational integrity within federal operations.
    The GSA Order ADM 2181.1 outlines the policy for Personal Identity Verification (PIV) and credentialing in accordance with the Homeland Security Presidential Directive-12 (HSPD-12) and related federal guidelines. It specifies the requirement for background investigations for federal employees and contractor personnel needing access to GSA facilities and IT systems. Labor classifications are defined, differentiating between long-term, short-term, and temporary contractor employees, each with distinct credentialing processes and levels of background investigations, such as Special Agreement Checks (SAC) and Tier investigations. Key responsibilities are designated to various officials, including the Office of Mission Assurance (OMA) and Requesting Officials (RO), who manage credentialing processes and oversee compliance with security standards. The order also mentions the cancellation of a previous directive, consolidates operational references, and incorporates updated policies while providing appendices detailing employee responsibilities, background investigation requirements, and definitions relevant to credentialing. Overall, this directive reinforces the importance of secure identification for personnel access, ensuring alignment with federal security protocols while facilitating effective contractor management within GSA-controlled facilities.
    The GSA Solicitation No. 47PM0925R0004 outlines the Offeror Representations and Certifications required for entities bidding on government contracts for building equipment under NAICS code 238290. Key aspects include definitions of small business standards, eligibility conditions for procurement, and various represented certifications mandated by the Federal Acquisition Regulation (FAR). The document specifies that small business eligibility hinges on an average annual receipt threshold of $22 million or employee limits dependent on situational factors like set-asides. The Offerors must complete annual representations electronically via the SAM website, confirming their compliance with several provisions, including those concerning telecommunications equipment, integrity matters, and their responsibility regarding federal contracts exceeding $10 million. The solicitation broadly targets ensuring that potential contractors uphold integrity, legal compliance, and adequate business practices in light of federal law and industry standards. Through comprehensive reporting and disclosure requirements, the GSA aims to fortify the procurement process against risks associated with noncompliance or unethical practices, fostering a robust and trustworthy contractor community.
    The government document outlines the qualifications and financial assessment requirements for contractors submitting proposals for federal contracts. It contains various sections, including general organizational information, financial statements, debt status, and existing contract details. The primary focus is to evaluate a contractor's financial health, ownership structure, and past performance to ensure they can fulfill the government's contracting needs. Key components include the organization’s basic details (name, address, type), taxpayer ID, inventory methods, ownership information, and any bankruptcy or legal issues. It also seeks information regarding any federal debt delinquencies, current government financing, financial statements, and banking information. Additional sections cover existing contracts and significant past jobs to establish credibility. The document's structure facilitates a comprehensive evaluation of a contractor's qualifications, encompassing their stability and ability to manage federal grants and RFPs responsibly. Overall, it serves to ensure that the government engages with financially sound and capable contractors, thereby minimizing risks associated with service delivery and project execution.
    The document outlines a Pricing Sheet associated with a federal Request for Proposals (RFP) for elevator maintenance and related services. It details various items over multiple periods, including a Base Period and four Option Periods. Each period specifies not-to-exceed (NTE) quantities and unit prices for services (denoted in hours) and equipment (denoted in each). All entries indicate a NTE price of $0.00, suggesting that the specific costs have not yet been determined or negotiated. Services mentioned include maintenance for geared machines, gearless machines, and hydraulic units, among others, all adhering to qualifications outlined in Section B.8 of the associated agreement. The structure consists of item categories and corresponding quantities across different contract periods, culminating in a total for all periods. The purpose of the document is to establish a framework for pricing future services while emphasizing the potential work scope related to elevator systems as part of public infrastructure management. This serves as a preparatory step in the federal procurement and funding process, establishing expected service parameters and costs before bidding or awarding contracts.
    The document presents a series of questions and answers related to the Request for Information (RFI) preceding the release of RFP 47PM0024R0004, concerning elevator modernization services. Key topics addressed include the clarification of maintenance service requirements for specific elevator units in Minnesota and conditions for contractor participation, particularly regarding NAICS codes and joint ventures. There are discussions on the necessity of an 80% self-performance rule for contractors, where it is argued that this requirement may limit competition among small businesses skilled in elevator services. The document also proposes modifications to several paragraphs within the RFP to optimize contractor qualifications, reduce unnecessary restrictions, and adapt to advancements in technology associated with elevator systems. The importance of including ancillary systems in modernization assessments is emphasized. Furthermore, the document seeks to align terminology around security clearances and contractor mechanics' qualifications to ensure clarity and adherence to industry standards. Overall, the content reflects the government's aim to encourage a competitive and technically capable bidding process for elevator modernization projects.
    The document outlines the proposal requirements for the Small Business Elevator Modernization Indefinite Delivery Indefinite Quantity (IDIQ) contract. It includes a comprehensive checklist for self-qualification and technical acceptability that applicants must complete. Essential information required includes the company name listed in SAM.gov, signature authority contact details, Unique Entity Identifier (UEI), and business certifications such as SBA Certified 8(a) or HUBZone. Companies must demonstrate their ability to perform at least 80% of the project work and submit a five-year safety report along with past performance data of elevator modernization projects. The proposal requires detailing previous contracts, including award dates, descriptions, and self-performance percentages. Additionally, bidders need to confirm their employees' qualifications for HSPD-12 clearances as per solicitation standards. The document emphasizes transparency and accountability, warning against misrepresentation, which may lead to severe consequences such as suspension from federal contracts. Overall, the summary reflects the structured process for evaluating small businesses to ensure compliance and capability in executing elevator modernization projects for the federal government.
    The document consists of a series of questions and answers related to a federal Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on elevator modernization. It addresses concerns around bonding capacity requirements and how they differ between the base IDIQ and individual task orders, emphasizing the need for specific performance and payment bonds for task orders exceeding $150,000. Key clarifications include requirements for bonding capacity, pricing structures including not-to-exceed rates, and the aspects of design responsibilities for task orders. It highlights the necessity for bond letters from surety companies and provides guidelines on how to assess bonding capacity in various states. Additionally, the document discusses expectations regarding task order pricing, including ancillary materials needed for equipment replacement, and stresses that the pricing must cover all costs and risks. The responses aim to guide contractors in preparing their proposals and understanding the regulatory framework surrounding the IDIQ solicitation process. Overall, the document functions as a vital resource for contractors to navigate the bidding process and fulfill federal procurement requirements.
    The U.S. General Services Administration (GSA) is hosting a pre-proposal conference for a Small Business National Elevator Multiple Award Indefinite Delivery Indefinite Quantity (MA/IDIQ) contract, aimed at facilitating elevator modernization projects with a contract ceiling of up to $1 million. Scheduled for February 5, 2025, the conference is designed to clarify government requirements and assist potential vendors in preparing their proposals. Key topics include the purpose of the IDIQ contracts, which streamline the acquisition process, and a detailed overview of the evaluation criteria for proposals, emphasizing safety records, bonding capacity, and technical acceptability. The scope is restricted to small businesses experienced in elevator modernization, with tasks allocated across eleven GSA regions nationwide. Proposal submissions are due by February 19, 2025, with strict instructions on documentation required, including forms related to qualifications, past performance, and pricing. Questions regarding the solicitation should be submitted by February 6, 2025. The document underscores the significance of adhering to the outlined guidelines, as only compliant proposals will be considered for evaluation and eventual selection for contract awards.
    The U.S. General Services Administration (GSA) has issued a Request for Proposal (RFP) for the Small Business Set Aside National Elevator Modernization Indefinite Delivery/Indefinite Quantity (IDIQ) Solicitation. This procurement aims to establish multiple award contracts for elevator construction and modernization tasks valued under $1 million, with a total contract potential of $250 million over a five-year period. Exclusively designated for small businesses (defined by NAICS Code 238290), the GSA intends to evaluate proposals through FAR PART 15 Best Value procedures, allowing competition across the agency's 11 regions. Key deadlines for the proposal process include a virtual pre-proposal conference on February 5, 2025, and the submission of proposals due by February 19, 2025. The solicitation documentation includes various attachments related to contract specifications and proposal submittals. Questions regarding the RFP must be submitted via a specified form, with designated points of contact available for immediate assistance. This RFP is part of the GSA's broader initiative to modernize elevator systems by engaging small businesses in federal contracting efforts.
    Lifecycle
    Similar Opportunities
    Architect and Engineering Services IDIQ-Set Aside for Small Businesses
    Buyer not available
    The General Services Administration (GSA) is seeking qualified small businesses to provide Architect and Engineering (AE) services through Indefinite Delivery Indefinite Quantity (IDIQ) contracts, specifically set aside for small businesses. The procurement involves establishing four single-award IDIQ contracts for a base year with the option for four additional one-year periods, covering various regions across the United States and U.S. Territories. These services are critical for government projects, including design, cost management, and construction management, ensuring compliance with federal standards and sustainable practices. Interested firms must submit their proposals by February 4, 2025, and can direct inquiries to Aaron Lay at aaron.lay@gsa.gov or Shirley Rohmer at shirley.rohmer@gsa.gov.
    Little Rock Elevator Modernization
    Buyer not available
    The General Services Administration is seeking contractors for the modernization of elevators in Little Rock, Arkansas. This project falls under the Public Buildings Service and is designated as a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses in federal contracting. The modernization efforts are crucial for ensuring the safety and efficiency of building operations, particularly in office environments. Interested contractors should reach out to Juan Juarez at juan.juarez@gsa.gov for further details regarding the procurement process.
    USDA Seattle ADA-Compliant Button Installation (4 Sets of Doors)
    Buyer not available
    The General Services Administration (GSA) is seeking proposals from small businesses for the installation of ADA-compliant automatic door openers at the Pacific Wildland Fire Sciences Laboratory in Seattle, Washington. The project involves installing four sets of door openers that will integrate with the existing access control system, enhancing accessibility for individuals with mobility challenges. This initiative underscores the government's commitment to compliance with the Americans with Disabilities Act and improving facility accessibility. Interested contractors must submit their proposals electronically by February 14, 2025, with a performance period of 60 days post-award. For inquiries, contact Cynthia Zhang at cynthia.zhang@gsa.gov or call 253-347-7837.
    Galley Upgrade Gignoux Courthouse Portland Maine
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals from small businesses for a construction contract to upgrade the galley at the Gignoux Courthouse in Portland, Maine. The project, estimated to cost between $25,000 and $100,000, requires bidders to submit a price proposal, a technical proposal detailing relevant experience, and necessary compliance forms, with a pre-proposal site visit scheduled for February 6, 2025. This solicitation emphasizes the government's commitment to utilizing small businesses while ensuring adherence to federal regulations, including the Buy American Act and Davis-Bacon wage determinations. Proposals must be submitted electronically or as hard copies by February 20, 2025, at 2:00 PM EST, and interested parties can contact Natasha Ramos Ayala or Huy Le for further information.
    PRESOLICITATION NOTICE - Multiple Award General Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Design Build Capabilities for PA/NJ/DE
    Buyer not available
    The General Services Administration (GSA) is preparing to issue a Request for Proposal (RFP) for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide general construction services across Pennsylvania, New Jersey, and Delaware. The contract will encompass a wide range of construction activities, including commercial office construction, renovations, MEP repairs, and demolition, with a maximum ordering limit of $75 million over a five-year period. This procurement is significant for ensuring the maintenance and improvement of federal facilities in the region, with proposals due around March 21, 2025, and awards expected by August 30, 2025. Interested contractors can direct inquiries to Jennifer Silkensen or Erin Watson via email for further information.
    Elevator Inspections
    Buyer not available
    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, is seeking a contractor to provide elevator inspection services at multiple locations in Missouri. The contract will cover inspections for traction elevators, hydraulic elevators, and chairlifts at the NGA facilities in St. Louis and Arnold, ensuring compliance with safety standards. This procurement is a total small business set-aside under NAICS code 238290, emphasizing the importance of maintaining safe and operational elevator systems within government facilities. Interested parties should note that the request for quotes is expected to be posted on or about February 19, 2025, and can contact Kenneth M. Lehrmann at kenneth.m.lehrmann@nga.mil or 314-676-0184 for further information.
    MTE Elevator Maintenance Service
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking quotes for Elevator Maintenance Services at the Mt. Elbert Pumped Storage Powerplant in Twin Lakes, Colorado. The contract will cover both Preventative Maintenance (PM) and Corrective Maintenance (CM) for two passenger elevators, which are essential for operational efficiency and safety at the facility. The maintenance program includes quarterly inspections, annual load tests, and compliance with federal and state regulations, with the contract period running from May 15, 2025, to May 14, 2030, and options for renewal. Interested small businesses must submit their electronic quotations by February 27, 2025, and direct any inquiries to Monte Baird at MBaird@usbr.gov or by phone at 406-247-7805.
    Smart Sensor Blanket Purchase Agreement (BPA)
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors to establish a multiple-award Firm Fixed Price (FFP) Blanket Purchase Agreement (BPA) for Smart Sensor Installation and Support Services across GSA-managed facilities. The objective of this procurement is to enhance facility operations through the implementation of advanced smart sensor technology that collects real-time occupancy and environmental data, thereby improving operational efficiency and supporting public health initiatives within over 180 million square feet of federal building space. The BPA, estimated at $41.9 million over a five-year period, includes installation, maintenance, and integration of smart sensors, with a submission deadline for quotations extended to 12:00 PM ET on February 21, 2025. Interested vendors should direct their inquiries and submissions to Collette Scott at collette.scott@gsa.gov and Tyrone Dallas at tyrone.dallas@gsa.gov.
    2023 Light Duty Vocational Trucks
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the procurement of 2023 Light Duty Vocational Trucks as part of its ongoing vehicle acquisition program. The GSA aims to update its fleet with new model year vehicles that comply with federal vehicle standards, specifically targeting light-duty trucks suitable for various government applications, including vocational purposes. This procurement is crucial for maintaining an efficient and modern fleet to support federal operations, with a focus on incorporating vehicles that meet emerging technology standards. Interested vendors must submit their proposals and request AutoBid accounts by July 2, 2024, with the AutoBid process opening on July 22, 2024, and closing on August 21, 2024. For further inquiries, vendors can contact Karissa Dodier at karissa.dodier@gsa.gov or Zachary Shepherd at zachary.shepherd@gsa.gov.
    FY25 GSA Streamlined Retail Electric Solicitation
    Buyer not available
    The General Services Administration (GSA) is seeking competitive bids for the FY25 GSA Streamlined Retail Electric Solicitation, aimed at procuring electricity supply services for federal agencies. The contract will cover a period of up to 60 months, requiring contractors to ensure reliable electricity delivery while adhering to regulatory standards and incorporating renewable energy sources. This procurement is critical for maintaining energy supply across various federal facilities, promoting sustainability, and ensuring compliance with local and federal regulations. Interested bidders should contact Mark West at mark2.west@gsa.gov or Brenna Lanphear at Brenna.Lanphear@gsa.gov for further details, with the auction process expected to commence on March 26, 2025.