Supplemental Architectural and Engineering Services for the DFW Area
ID: 47PH0823R0005Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R7 PROG SUPPORT - CAPITAL AND IDIQFORT WORTH, TX, 76102, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)
Timeline
    Description

    The General Services Administration (GSA) is soliciting proposals for supplemental Architectural and Engineering (A-E) services in the Dallas-Fort Worth area of Texas. The selected firm will be responsible for providing professional design services, including advanced estimating for repair, replacement, and alteration projects in federal office buildings, courthouses, and land ports of entry. This procurement is significant as it adheres to the Brooks Act and aims to enhance the quality and efficiency of federal facilities in the region. Interested firms must submit their proposals by 3:00 PM Central Standard Time on February 28, 2024, with a minimum guaranteed contract amount of $1,000 and a maximum order limit of $15 million over a five-year period. For further inquiries, contact Malita Green at malita.green@gsa.gov or call 405-431-8039.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines an amendment to RFP 47PH0823R0005 concerning the solicitation process for a project. It emphasizes the necessity for contractors to acknowledge receipt of the amendment by a specified method before the deadline; failure to do so may lead to the rejection of their offer. Key points addressed include the modification that includes all questions, answers, and participant lists from the Pre-Proposal Conference held on February 13, 2024. The amendment maintains that all other terms of the RFP remain unchanged. Several inquiries from potential contractors are responded to, clarifying aspects such as team composition for resumes, project examples, and the roles of lead designers and sub-consultants. The document also lists attendees from the Pre-Proposal Conference, showcasing participant engagement. Overall, the amendment serves to provide clarifications and updates to ensure a clear understanding of the requirements and expectations related to the solicitation and proposals submitted for the project.
    This document is an amendment to federal solicitation number 47PH0823R0005, providing essential instructions to potential contractors regarding acknowledgment of the amendment. Offers must confirm receipt either by completing specified sections and returning the document or through separate communication referencing the amendment. Failure to acknowledge may lead to rejection of bids. The amendment also addresses inquiries related to submitted questions, clarifying requirements for key personnel, inclusion of consultants, and whether attendance at a pre-proposal conference affects eligibility. Importantly, the submission deadline remains unchanged and all other conditions of the original synopsis are retained. The A-E Lookup Table, mentioned in the responses, assists in pricing related to design work, facilitating administrative tasks in the proposal processes. This file underscores the importance of adherence to procedural guidelines in government procurement and reflects the Federal Acquisition Regulations (FAR) principles governing contract modifications and amendments.
    The document provides guidelines for federal agencies to collect qualifications from architect-engineer (A-E) firms when selecting them for contracts, following the Selection of Architects and Engineers statute. It mandates public announcements for A-E services and requires selecting at least three highly qualified firms based on specified criteria. The Standard Form 330 is used for submissions, consisting of two parts: Part I for contract-specific qualifications and Part II for general qualifications of the firm. Part I includes sections for contract details, team composition, resumes of key personnel, and examples of similar past projects to demonstrate capability. Individual agency instructions may further refine submission requirements. Part II allows firms to submit qualifications for future contracts without a specific project announcement, highlighting their expertise, size, and experience. The document aims to streamline the qualification process for A-E services, ensuring federal agencies can efficiently evaluate potential contractors based on thorough and standardized information. It emphasizes the importance of demonstrating professional competence to facilitate effective contract negotiations. Overall, the instructions are designed to ensure transparency and fairness in the selection process within federal procurement.
    Similar Opportunities
    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 pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. 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.
    GSA Elevator Repair, JJ Pickle FOB, Austin TX 78701
    General Services Administration
    The General Services Administration (GSA) is seeking to procure services for the repair and modernization of a hydraulic passenger elevator located at the Austin Federal Office Building in Austin, Texas. The primary objective of this contract is to acquire a specific communication device, the MAD MosaicONE VMS, as part of the elevator upgrade project, ensuring compliance with the ASME-A17.1 Elevator Code and the Uniform Federal Accessibility Standards. This procurement is critical for maintaining the operational efficiency and safety of the building's elevator system. Interested parties can reach out to Lorenzo B. Evans at lorenzo.evans@gsa.gov or (817) 312-9249, or Barbara J. Giddens at barbara.giddens@gsa.gov or (817) 850-8368 for further information.
    U.S. General Services Administration (GSA) Seeking Office Space: Corpus Christi, Texas
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking to lease office space in Corpus Christi, Texas, with specific requirements outlined in a presolicitation notice. The agency requires a minimum of 6,516 ABOA square feet and a maximum of 7,167 ABOA square feet of contiguous office space, which must accommodate 14 reserved structured parking spaces and meet various government standards for safety and accessibility. This space will be utilized by a customer-facing agency, necessitating a professional appearance and compliance with specific operational requirements, including daytime cleaning and 24/7 cooling for a LAN/server room. Interested parties should submit expressions of interest to Tyrel Likes at tyrel.likes@gsa.gov by December 19, 2025, with occupancy anticipated by July 1, 2027.
    A/E Design of Freight Elevator #12 at GPO Building A
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking qualified architectural and engineering (A/E) firms to provide design services for the replacement and retrofit of Freight Elevator 12 in Building A at their Washington, DC facility. The selected firm will be responsible for comprehensive design services, including mechanical, electrical, structural, and vertical transport engineering, as well as site investigations, preparation of design and bidding documents, construction cost estimates, and construction administration services. This project is critical for ensuring compliance with relevant codes and standards while maintaining operational efficiency and safety within the GPO facility. Interested parties should contact Troy D. White at twhite@gpo.gov or Gary Stevens at gstevens@gpo.gov for further details, with an anticipated completion timeline for the design work of approximately 18 weeks from the notice to proceed.
    Multiple Award Schedule
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for a Multiple Award Schedule under the Federal Acquisition Service, specifically managed by the GSA/FAS Furniture Systems Management Division. This procurement is a combined synopsis/solicitation for commercial items, aimed at acquiring a range of professional, scientific, and technical services as classified under NAICS code 541990. The services procured through this opportunity are vital for supporting various federal operations and ensuring efficient service delivery. Interested vendors can reach out to the National Customer Service Center at NCSCcustomer.service@gsa.gov or call 800-488-3111 for further information, as proposals are currently being requested with no written solicitation to be issued.
    Wichita U.S. Courthouse North Facade Cleaning and Tuckpointing
    General Services Administration
    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.
    National Deep Energy Retrofit Round 5 (NDER 5) Energy Savings Performance Contract (ESPC) LA-TX
    General Services Administration
    The General Services Administration (GSA) is seeking contractors to support the National Deep Energy Retrofit Round 5 (NDER 5) Energy Savings Performance Contract (ESPC) for energy audit and related construction services at multiple locations in Louisiana and Texas. The objective of this procurement is to implement Energy Conservation Measures (ECMs) aimed at reducing energy and water usage, aligning with the government's commitment to meet the requirements of Executive Order 13834 and the Energy Independence and Security Act of 2007 (EISA 2007). This initiative is part of a broader effort to enhance energy efficiency within federal facilities. Interested parties can contact Terri Marshall at terri.marshall@gsa.gov or call 817-850-5529 for further details regarding this opportunity.
    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.
    76--GPSC5 Amendment Five Request for Qualifications
    Interior, Department Of The
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    U.S. General Services Administration (GSA) seeking Office Space Fayetteville, Arkansas
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking to lease 4,388 ABOA square feet of office space in Fayetteville, Arkansas, as part of its Public Buildings Service initiative. The delineated area for the lease is bordered by Business 77 to the north, North Gregg Ave. to the east, W. Drake St. to the south, and Highway 112 to the west, with specific requirements including six structured parking spaces, secure parking, and a sallyport, while ensuring the location is not near a school or daycare. This procurement is essential for accommodating government operations, as the current lease is expiring, and the GSA will evaluate economic advantages related to relocation costs. Expressions of interest are due by December 26, 2025, with offers required by February 2, 2026, and the estimated occupancy date is June 1, 2027. Interested parties should contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or (817) 201-7519 for further details.