New York Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Contracts
ID: Solicitation_33330225RF0010027Type: Combined Synopsis/Solicitation
Overview

Buyer

SMITHSONIAN INSTITUTIONSMITHSONIAN INSTITUTIONSMITHSONIAN INSTITUTIONARLINGTON, VA, 22202, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MUSEUMS AND EXHIBITION BUILDINGS (Y1JA)

Set Aside

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

    The Smithsonian Institution is seeking qualified Small Business contractors for Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Contracts to support construction needs in the New York City area, specifically for projects related to the National Museum of the American Indian and the Cooper Hewitt Design Museum. Contractors must demonstrate experience with projects valued between $1 million and $8 million, under NAICS code 236220, and provide evidence of past performance on at least three comparable projects within the last five years. This procurement is a Total Small Business Set-Aside, emphasizing the importance of financial capability, appropriate corporate formation, and professional licensure. Interested parties must submit their qualifications by May 16, 2025, at 3:00 PM EST, with questions due by May 5, 2025; for further inquiries, contact Virginia Chan at Chanvc@si.edu or Christine Grant at grantCA@si.edu.

    Point(s) of Contact
    Virginia Chan
    Chanvc@si.edu
    Christine Grant
    grantCA@si.edu
    Files
    Title
    Posted
    This amendment to Solicitation No. 33330225RF0010027 for Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Contracts in New York City addresses several key points. It extends the project timeline to 10 years, though projects within the last five years will be rated higher. The IDIQ focuses on projects below the $8 million threshold, requiring experience in this cost range. Offerors must provide audited financial statements for accountability. Proposals should follow the specified tab and part structure, submitted as a combined PDF with sections tabbed. Cover letters are permitted but count towards the total page count. The bid due date is May 16, 2025, at 3:00 PM Eastern Standard Time.
    The document is an amendment to a solicitation for a Construction Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at supporting construction projects within Smithsonian facilities located in the New York City area, specifically the National Museum of the American Indian and the Cooper Hewitt Design Museum. The amendment includes new stipulations regarding offer submission, requiring acknowledgement of the amendment and providing guidance on project qualifications, including financial documentation and proposal formatting. The bid due date is set for May 16, 2025, at 3:00 PM EST. Additionally, responses to several Requests for Information (RFIs) are detailed, clarifying project experience qualifications and requirements for financial statements, emphasizing the need for audited rather than reviewed financials. Offerors are encouraged to follow specific formatting instructions for proposal submissions to enhance clarity and compliance with criteria outlined in the solicitation. Overall, the amendment reinforces existing terms while providing necessary clarifications to ensure effective participation in the contracting process.
    This document is a Request for Proposal (RFP) from the Smithsonian Institution for Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multidiscipline Contracts in the New York City area, including the National Museum of the American Indian and the Cooper Hewitt Design Museum. The procurement is a Small Business Set-Aside, with a NAICS code of 236220 and a size standard of $1 million to $8 million per project. Key dates include a question submission deadline of May 5, 2025, and an offer submission deadline of May 16, 2025, both at 3:00 PM EST. The contract includes provisions for performance bonds, progress payments with retention, and specific requirements for project completion, inspections, and warranties. It also outlines procedures for delays, extensions of time, and the Smithsonian's right to stop or suspend work. The document details contract administration, including the roles of the Contracting Officer and the Contracting Officer's Technical Representative (COTR), and outlines payment application procedures, emphasizing the Contractor's responsibility for quality control and compliance with all contract terms.
    The solicitation document invites small businesses to submit proposals for Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multidisciplinary Contracts to support construction needs at Smithsonian Institution facilities in the New York City area. The specific project focus includes the National Museum of the American Indian and the Cooper Hewitt Design Museum, with a NAICS code of 236220 and a project size limitation between $1 million to $8 million. Interested small businesses must complete the "offer" section, comply with strict submission guidelines, and adhere to performance and payment bond requirements. The contractor will manage inspections, acceptances, and adhere to warranty clauses, ensuring all work complies with contractual obligations. The Solicitation outlines detailed procedures for payment applications, progress schedules, and conditions for contract extensions, emphasizing a rigorous system of monitoring and compliance to ensure quality and timeliness of work completion. The overall aim is to uphold the Smithsonian’s standards while fostering small business engagement in federal procurement processes.
    The Smithsonian Institution is seeking Small Business contractors for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for construction services in the New York City metropolitan area. The Request for Qualifications (RFQ) seeks firms with experience in projects valued between $1 million and $8 million, under NAICS code 236220. Contractors must demonstrate past performance on at least three comparable projects within the last five years, showcasing work in major building component replacement, live research environments, occupied buildings, and historic structures. The RFQ emphasizes financial capability, appropriate corporate formation, and professional licensure. Submissions require detailed information on company background, experience, financial standing (including audited statements and bonding), and safety records. The deadline for questions is May 5th, 2025, and submissions are due by May 16th, 2025, 3:00 PM EST, to Chanel Wade at wadecs@si.edu.
    The Smithsonian Institution is seeking Small Business contractors for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide construction services aimed at renovating and restoring facilities in the New York City area, such as the National Museum of the American Indian and the Cooper Hewitt Design Museum. The RFQ outlines requirements for qualified contractors, emphasizing the need for previous experience with similar projects valued between $1 million and $8 million, and the capability to manage complex specifications and client engagements involving historic and occupied spaces. Contractors must submit a detailed Qualification Statement showcasing past performance on comparable projects, financial capabilities, and organizational structures, while adhering to strict submission deadlines. The evaluation of qualifications will consider past performance, team composition, and compliance with safety regulations. The aim is to establish a pre-qualified pool of contractors capable of meeting the Smithsonian’s construction needs, reflecting the Institution’s commitment to preserving historical sites while ensuring safety and compliance throughout construction processes. Interested parties must submit inquiries by May 5, 2025, and complete submissions by May 16, 2025.
    Lifecycle
    Similar Opportunities
    CBP Design-Build Construction IDIQ
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking proposals for multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts aimed at designing and constructing various CBP facilities across the United States. The scope of work includes the construction, renovation, and maintenance of facilities such as checkpoints, sector headquarters, and border patrol stations, utilizing a Design-Build delivery method to address outdated infrastructure critical for modern border security operations. The total estimated value of the IDIQ contracts is $10 billion, with a minimum order value of $10,000 per task order and a contract duration of five years from the date of award. Proposals are due by January 20, 2026, and interested parties should direct inquiries to Sai Velaga at sai.p.velaga@cbp.dhs.gov or Gary Robertson at gary.r.robertson@cbp.dhs.gov.
    $90M Indefinite Delivery Indefinite Quantity (IDIQ), Sustainment Restoration and Modernization (SRM) Construction, Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Philadelphia District, is issuing a pre-solicitation notice for a $90 million Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Sustainment Restoration and Modernization (SRM) construction projects. This contract is set aside exclusively for small businesses and will encompass a range of Design-Build and Design-Bid-Build construction projects, including renovations, new constructions, and various minor repairs within the Philadelphia District's Area of Responsibility. The procurement process will utilize a two-phase best value methodology, with the intent to award up to five contracts based on price and technical factors, and proposals for Phase 1 are expected to be due around February 2, 2026. Interested vendors should contact Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil or call 215-656-6761 for further details and ensure they are registered in the System for Award Management (SAM) database.
    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.
    Zuni Quarters Sewer Improvement Project,
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is preparing to solicit proposals for the Zuni Quarters Sewer Improvement Project located in Zuni, New Mexico. This project involves the reconstruction of sewer lines, including demolition and replacement of existing infrastructure at the Zuni Comprehensive Community Health Center, and is expected to be completed within a 90-day period following the issuance of the Notice to Proceed. The contract will be awarded as a Firm Fixed Price (FFP) and is set aside exclusively for small businesses under NAICS code 237110, with an estimated project value between $100,000 and $250,000. Interested contractors should monitor https://sam.gov for the solicitation release, anticipated around December 23, 2025, and are encouraged to contact Shaukat Syed or Jenny Scroggins for further inquiries.
    Z--Mescalero Adult Detention Center FI&R
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors for a Design/Build Construction Contract aimed at completing the Mescalero Adult Detention Center in Mescalero, New Mexico. This project involves various Facility Improvements & Repair (FI&R) activities, including design, construction, installation, and demolition, with an estimated construction magnitude between $500,000 and $800,000. The contract is set aside for Indian-Owned Small Business Economic Enterprises (ISBEE) and falls under NAICS Code 238210, which pertains to Electrical Contractors and Other Wiring Installation Contractors. Interested parties should prepare for a solicitation expected to be issued around December 24, 2025, and must ensure they have a Unique Entity Identifier (UEI) number and active registration in the System for Award Management (SAM). For further inquiries, contact Laurie Sherrod at laurie.sherrod@bia.gov or call 571-560-0313.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR AIR INSTALLATIONS COMPATIBLE USE ZONES (AICUZ) AND RANGE AIR INSTALLATIONS COMPATIBLE USE ZONES (RAICUZ) STUDIES AND OTHER ENCROACHMENT MANAGEMENT OR READINESS SUSTAINMENT
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on Air Installations Compatible Use Zones (AICUZ) and Range Air Installations Compatible Use Zones (RAICUZ) studies, along with other encroachment management and readiness sustainment services. The contract aims to provide multi-discipline Architect-Engineer (AE) services, including the preparation and updating of AICUZ/RAICUZ studies, noise studies, and Encroachment Action Plans (EAPs), primarily for projects located in the Continental United States (CONUS) but may extend globally. This opportunity is crucial for ensuring the compatibility of military operations with surrounding communities and managing encroachment issues effectively. Interested small businesses, including those with 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB designations, must submit a capabilities package by January 9, 2026, detailing their relevant experience and qualifications, as large business submissions will not be considered. For further inquiries, contact Hannah Smith at hannah.g.smith32.civ@us.navy.mil or Kathleen Delashmitt at kathleen.a.delashmitt.civ@us.navy.mil.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    Zuni Roof Replacement and Fall Protection Construction
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the Zuni Roof Replacement and Fall Protection Construction project at the Zuni Comprehensive Community Health Center in New Mexico. The project aims to replace the existing roofing systems and install a fall protection system, ensuring compliance with strict safety and infection control protocols while the facility remains operational. This total small business set-aside contract has an estimated value between $1,000,000 and $5,000,000, with a performance period of 180 days. Interested contractors must submit their proposals by January 5, 2026, and can direct inquiries to Daniel Cotto at daniel.cotto@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Z--OTWSC Stream Gage Site Construction and Maintenance IDIQ
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the Z--OTWSC Stream Gage Site Construction and Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing essential construction and maintenance services at stream gage sites in Texas. The contract will encompass a range of tasks including alteration, renovation, removal, remediation, and construction services, requiring contractors to supply all necessary materials, labor, equipment, and supervision while adhering to local, state, and federal regulations. This opportunity is particularly significant for small businesses, including those classified as Section 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB, as the government aims to ensure adequate competition among responsible contractors. Interested firms must submit their responses by December 23, 2025, at 5 PM CT, to Kimberly Schneider at krschneider@usgs.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI).
    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.