GSA Region 09 2026 Construction IDIQ Zone 3
ID: 47PK0125R0006Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

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

    The General Services Administration (GSA) is seeking proposals for multiple-award Indefinite Delivery-Indefinite Quantity (IDIQ) construction contracts in Region 09, Zone 3, specifically set aside for small businesses. These firm-fixed-price contracts will cover repair and alteration services, including design-build for various federal facilities, with an estimated maximum value of $50 million for all task orders, typically ranging from $100,000 to $5 million. Contractors will be responsible for providing management, labor, materials, and equipment while adhering to specific contract provisions and compliance requirements. Proposals are due by January 30, 2026, and interested parties should contact Krista M. Miller at krista.miller@gsa.gov or 415-516-8907 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, Reference No. 47PK0125R0006, outlines multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction, repair, and alteration services in Zone 3 (Hawaii) of the Pacific Rim Region. Services include design-build work, modifications to architectural, mechanical, electrical, and plumbing systems, and hazardous material abatement for various federally-owned and leased facilities. The contracts are Firm-Fixed-Price with a one-year base period and four one-year options, a maximum limitation of $50,000,000 for all task orders in Zone 3, and a guaranteed minimum of $1,000 per contract. Key terms address contractor responsibilities, liquidated damages, insurance, payment procedures, security clearances, and strict handling of Controlled Unclassified Information (CUI) building information. Clauses regarding Federal Acquisition Supply Chain Security, Biobased Products, Recovered Material Content, and prohibitions on certain telecommunications equipment are incorporated.
    The General Services Administration (GSA) is soliciting proposals for multiple-award Indefinite Delivery-Indefinite Quantity (IDIQ) construction contracts in Region 09, Zone 3 (Hawaii). These firm-fixed-price contracts, with a base year and four option years, cover repair and alteration services, including design-build, for various federal facilities. The estimated maximum value for all task orders in Zone 3 is $50,000,000, with individual task orders typically ranging from $100,000 to $5 million. Contractors must provide all necessary management, labor, materials, and equipment, adhering to specifications, drawings, and contract provisions. Key responsibilities include obtaining permits, submitting documentation, and complying with clauses on supply chain security, biobased products, and prohibitions on certain telecommunications equipment and unmanned aircraft systems from covered foreign entities. The contract also details pricing, payment terms, insurance requirements, and safeguarding of Controlled Unclassified Information (CUI).
    This government file, Reference No. 47PK0125R0006, outlines an Indefinite Delivery Indefinite Quantity (IDIQ) construction contract for repair and alteration services, including design-build, within Zone 3 (Hawaii) of the Pacific Rim Region. The contract, under NAICS code 236220, focuses on commercial and institutional building construction, with an estimated maximum of $50,000,000 for all task orders and a guaranteed minimum of $1,000 per contract. It covers a range of services for federally-owned and leased facilities, from architectural modifications to mechanical, electrical, and plumbing system replacements, including hazardous material abatement. The agreement comprises a one-year base period and four one-year options. Key terms address pricing, contractor responsibilities, liquidated damages, insurance, and compliance with various FAR and GSAR clauses, notably those concerning Federal Acquisition Supply Chain Security, Biobased Products, Buy American requirements, and Personal Identity Verification. It also details stringent procedures for safeguarding and disseminating Controlled Unclassified Information (CUI).
    Amendment 04 to solicitation 47PK0125R0006 for Construction 2026 IDIQs Region 09 outlines critical updates and clarifications for offerors. It includes a revised agreement, solicitation, and SF 1442, all dated December 29, 2025, and establishes a new proposal due date. The amendment also addresses several questions from offerors regarding the submission of Past Performance Questionnaires (PPQs) and GSA Form 527. Key clarifications state that PPQs from other federal agencies are acceptable if substantially similar to the GSA PPQ, but CPARS evaluations cannot be used in lieu of PPQs. Additionally, work performed for a previous employer cannot be submitted as past performance for a new employer. GSA Form 527 must be submitted via the Google Form, and all sections, including financial statements, must be completed, with specific dates provided for income statement blocks.
    This document, Amendment 02 for Construction 2026 IDIQs Region 09, addresses numerous questions from potential offerors regarding a federal government Request for Proposal (RFP). Key clarifications include: proposals must be submitted via a Google Form; CPARS reports are not accepted in lieu of Past Performance Questionnaires (PPQs) but can serve as Performance Recognition Documents; offerors must submit exactly five distinct past experience projects, each in a separate PDF, within a two-page limit, and one project must be in the geographic zone applied for. Financial statements for three years are required. The proposal due date is extended to November 19, 2025. The government anticipates awarding 10 to 20 IDIQ contracts per zone, with no guarantee of task order awards. Task orders will be competed among all awardees, regardless of initial category set-asides, and most are expected to range from $100,000 to $5 million. Substantially completed refers to when the client takes possession of the construction space. No cover letters or SF330 formats are required.
    This government file, Amendment 01 for Solicitation No. 47PK0125R0006, addresses numerous questions from potential offerors regarding a federal construction IDIQ contract. Key clarifications include: allowing the use of the same projects for different zones under Factor 1: Past Experience, provided at least one project per zone was performed in that zone; requiring separate GSA Forms 527 and Representations and Certifications for each joint venture member; confirming that only 5 projects can be submitted for Factor 1, each for only one category; clarifying the distinction between category and socio-economic set-asides; detailing the submission process via Google Form and required attachments for project narratives; explaining the scoring for Factor 1: Past Experience, with 20 points possible per project; and emphasizing that CPARS reports are not accepted for Past Performance Questionnaires (PPQs) but are for Performance Recognition Documents. The amendment also specifies that a project is "substantially complete" when the contracting entity takes possession, and confirms that teaming or subcontracting arrangements do not satisfy the in-zone project requirement at the proposal stage. Financial statements for GSA Form 527 must be provided for 2024 and the first two quarters of 2025, and all sections of the form must be completed.
    Amendment 03 indefinitely suspends procurement 47PK0125R0006 due to a government shutdown, rendering the sam.gov announcement inactive and closing the Google Form for questions. No inquiries will be accepted via any method during this period. A new announcement will be made via a subsequent amendment on sam.gov once the shutdown concludes. This document also outlines the standard procedures for acknowledging amendments to solicitations and modifications to contracts, detailing the required forms and methods for submission. It specifies how contractors must acknowledge receipt, outlines the process for changing previously submitted offers, and provides instructions for completing various items on Standard Form 30, Amendment of Solicitation/Modification of Contract.
    The U.S. General Services Administration (GSA) has implemented GSA Affiliated Customer Accounts (GACA) to facilitate secure collaboration with government customers and business partners who do not use Google in their workplaces. These specialized Gmail accounts enable sharing on GSA's FIPS 140-2 compliant Google Drive and Google Sites, ensuring data access and transmission via TLS 1.2 encryption. GACA accounts are strictly for sharing information and not for email communications. GSA employees and contractors must not use GACA in place of their gsa.gov accounts. To create a GACA account, users must register a Gmail account with a specific naming convention (e.g., GSA.firstname.lastname@gmail.com) and set up 2-Step Verification. GSA IT Security Staff continuously monitors shared files for compliance.
    The government form GSA 527, "CONTRACTOR'S QUALIFICATIONS AND FINANCIAL INFORMATION," is designed to collect comprehensive data from contractors seeking to establish financial responsibility or procure credit with the U.S. General Services Administration. It covers general information such as business type, taxpayer ID, and product/service provided. The form also delves into financial history, including bankruptcy filings, judgments, liens, and any outstanding federal debts or government claims. It requests detailed financial statements (balance sheet and income statement), banking and financing information, including loans and lines of credit, and details about secured assets. Additionally, the form gathers information on principal merchandise or raw material suppliers, past due accounts, and a comprehensive list of current and recently completed construction/service contracts. Finally, it collects information on surety bond coverage and any past denials or failures to meet subcontractor/supplier claims, concluding with a certification section.
    The PBS Past Performance Questionnaire is a comprehensive evaluation tool for assessing contractor performance in federal, state, and local government projects. It requires contractors to provide detailed information on their firm, general work, contract specifics, and project descriptions, including complexity and relevance to current submissions. Clients are instructed to complete the questionnaire, rating the contractor's performance across several key areas: quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, safety/security, and general compliance. Performance is rated using a five-tier adjective system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with a "Not Applicable" option, each with specific definitions. The questionnaire also inquires about sustainability practices and whether the client would rehire the firm, concluding with a section for detailed comments on strengths, weaknesses, and any deficiencies. This document ensures a thorough and standardized evaluation for government solicitations.
    The General Services Administration (GSA) is soliciting proposals for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services in Region 09, Zone 3 (Hawaii). 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, due by November 12, 2025, at 3:00 PM PST, must be submitted via a Google Form and include price and technical proposals. Technical proposals are evaluated on Past Experience (Factor 1, 100 points) and Past Performance (Factor 2, 100 points), with specific requirements for submitting project examples and past performance questionnaires (PPQs). Contracts will be awarded to the highest technically rated proposals with fair and reasonable pricing, and will consist of a one-year base period with four one-year options. The solicitation also details various FAR/GSAR provisions, including Buy American requirements and procedures for protests.
    Solicitation No. 47PK0125R0006 outlines a federal government Request for Proposal (RFP) for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts in Region 09, Zone 3, specifically set aside for Small Businesses. Proposals are due by November 12, 2025, at 3:00 PM PST and must be submitted via Google Form. The solicitation details proposal contents, format, and evaluation criteria, emphasizing technical proposals (Past Experience and Past Performance, each worth 100 points) and fair and reasonable pricing. Offerors must submit five past projects and up to four Past Performance Questionnaires (PPQs). The government aims to award 10 to 20 IDIQ contracts per zone, with specific socioeconomic set-asides for Zone 3 (Hawaii) including HubZone, Women-Owned, Service-Disabled Veteran-Owned, and 8(a) Small Businesses. Contracts will have a one-year base period and four one-year options, with technical qualifications weighted significantly more than price in the evaluation process.
    This government solicitation, Sol. No. 47PK0125R0006, is a Small Business set-aside for Region 09 Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts, specifically for Zone 3 (Hawaii). The General Services Administration (GSA) intends to award between 10 and 20 IDIQ contracts, including targeted socio-economic set-asides for HubZone, Women-Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and 8(a) firms. Proposals, due November 19, 2025, must be submitted via a Google Form and include price and technical proposals. Technical proposals are evaluated on Past Experience (Factor 1, 100 points) and Past Performance (Factor 2, 100 points), with specific requirements for submitting five past projects across various construction categories and up to four Past Performance Questionnaires (PPQs). Contracts will be Firm-Fixed-Price for a one-year base period with four one-year options. Award selection prioritizes the highest technically rated proposals with fair and reasonable pricing, with no tradeoff between technical factors and price. The government reserves the right to award without discussions.
    The General Services Administration (GSA) is soliciting proposals for Region 09 Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Construction, Zone 3, specifically set aside for Small Businesses. Proposals must be submitted via a Google Form by January 30, 2026, and include price and technical proposals, representations, certifications, and financial information. Offerors must provide proposals for each geographic zone they seek a contract. The evaluation criteria include Factor 1: Past Experience (100 points) across categories like Mechanical, Electrical, Plumbing, Design-Build, and various project sizes, and Factor 2: Past Performance (100 points) based on questionnaires and recognition documents. The solicitation also outlines general provisions, including availability of funds, requests for clarification (due by October 14, 2025), and detailed FAR/GSAR provisions such as Buy American requirements and security prohibitions. Joint venture offerors have specific submission requirements for agreements and individual member information.
    The General Services Administration (GSA) Solicitation Nos. 47PK0125R0004 through 47PK0125R0007 outline essential offeror representations and certifications for federal contracts, particularly for Commercial and Institutional Building Construction (NAICS code 236220). The document details compliance requirements, including FAR clauses for annual representations, CAGE code reporting, prohibitions on certain telecommunications and video surveillance equipment, Federal Acquisition Supply Chain Security Act (FASCSA) orders, and responsibility matters. It also addresses violations of arms control treaties. Key deviations from February 2025 are noted, clarifying that certain FAR subparts (e.g., Equal Opportunity for Veterans) and civil rights laws remain unaffected. Offerors can use their System for Award Management (SAM) registration for many certifications, but must disclose any changes or non-compliance. The solicitations emphasize transparency, national security, and adherence to federal acquisition regulations, ensuring fair and compliant contracting processes.
    This document is a Standard Form 1442, "Solicitation, Offer, and Award" for construction, alteration, or repair work, specifically a Request for Proposal (RFP) issued by the GSA, PBS, Acquisition Management Division. The solicitation number is 47PK0125R0006, issued on October 24, 2025, with offers due by 3:00 PM Pacific Time on November 19, 2025. The government requires performance of work described in an agreement dated October 24, 2025, and its attachments. Contractors must begin performance within 10 calendar days of receiving notice to proceed and complete the work within 365 calendar days. Performance and payment bonds are required, and offers must remain open for at least 90 calendar days for government acceptance. The form outlines sections for the offeror to complete, including their information, proposed amounts, and acknowledgment of amendments, and sections for the government to complete upon award.
    This document is a Standard Form 1442, "Solicitation, Offer, and Award" for construction, alteration, or repair, issued by the GSA, PBS, Acquisition Management Division. It outlines the requirements for a negotiated Request for Proposal (RFP) with solicitation number 47PK0125R0006, issued on September 29, 2025. The government requires work as described in the "Agreement dated 09/29/2025, and all attachments thereto." Offers are due by 3 PM Pacific Time on November 12, 2025, and must be submitted via Google Form. The contractor must begin performance within 10 calendar days of receiving notice to proceed and complete the work within 365 calendar days. Performance and payment bonds are required, and offers must remain open for 90 calendar days for government acceptance. The form details sections for offeror information, acknowledgment of amendments, and the government's award acceptance.
    This document is a Standard Form 1442 (SF 1442), used for federal government solicitations, offers, and awards for construction, alteration, or repair projects. It functions as both an Invitation for Bid (IFB) for sealed bids and a Request for Proposal (RFP) for negotiated procurements. The form outlines crucial details such as the solicitation number (47PK0125R0006), project number, and issuance date (12/29/2025). It specifies that offers are due by 3 PM Pacific Time on January 30, 2026, and must be submitted to GSA, PBS, Office of Acquisition Management, Public Buildings Division, Capital Projects West - PQAC. Key requirements include a mandatory 365-calendar day performance period after receiving notice to proceed, and a 90-calendar day acceptance period for offers. Offerors must also address performance and payment bond requirements. The form details sections for both the offeror to complete (including pricing and acknowledgment of amendments) and for the government to finalize the award, either as a negotiated agreement or a direct acceptance of the offer.
    The Contract Price Form for Solicitation No. 47PK0125R0006, "2026 Construction IDIQ Zone 3 Hawaii," due September 29, 2025, requires offerors to submit proposed rates for Overhead, Profit, and Bond. These rates, once accepted, will serve as the maximum applicable for all task orders and modifications throughout the contract life. The form emphasizes that the submitted rates bind the signer for any resulting IDIQ contracts and task orders, and must remain valid for at least 90 days from the proposal due date. Signers must be authorized to act on behalf of the Offeror, with printed name, title, signature, and date required for submission along with SF 1442.
    Lifecycle
    Title
    Type
    Similar Opportunities
    GSA Region 09 2026 Construction IDIQ Zone 4
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for multiple-award Indefinite Delivery-Indefinite Quantity (IDIQ) construction contracts in Zone 4 of Region 09, specifically targeting Southern California. The contracts, set aside for small businesses, will encompass a range of services including repair, alteration, and design-build for federal facilities such as courthouses and land ports of entry, with a total maximum value of $120 million across all task orders. Interested contractors must submit their proposals, including technical and price components, by January 30, 2026, via a Google Form, and are encouraged to review the detailed requirements outlined in the solicitation documents. For further inquiries, Krista M. Miller can be contacted at krista.miller@gsa.gov or by phone at 415-516-8907.
    GSA Region 09 2026 Construction IDIQ Zone 2
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the 2026 Construction Indefinite Delivery Indefinite Quantity (IDIQ) contract for Zone 2 in Region 09, which encompasses Northern California and parts of Nevada. This procurement is set aside for small businesses and aims to provide a range of construction services, including repair, alteration, and design-build capabilities, with an estimated maximum value of $160 million across all task orders. The selected contractors will be responsible for various construction projects, emphasizing technical proficiency and past performance in relevant categories such as mechanical, electrical, and plumbing work. Proposals must be submitted via a Google Form by January 30, 2026, and interested parties can contact Krista M. Miller at krista.miller@gsa.gov or 415-516-8907 for further information.
    GSA Leasing Support Services Max (GLS Max)
    General Services Administration
    The General Services Administration (GSA) is seeking contractors for the GSA Leasing Support Services Max (GLS Max) contract, which will provide leasing support services to assist in the acquisition of leasehold interests and related real estate services for federal tenants. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a base year and four option years, focusing on lease acquisitions, post-award services, lease renewals, and lease extensions, with compensation derived from negotiated real estate commissions paid by building owners rather than direct payments from GSA. This procurement is crucial for ensuring effective lease management and support for GSA's operations, with proposals due by 4:00 PM (Eastern Time) on May 5, 2025, and an estimated contract award value of at least $50,000 per awardee. Interested parties can contact Felipe P. Jolles at felipe.jolles@gsa.gov or Christine Allen at christine.allen1@gsa.gov for further information.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    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.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.
    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.
    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.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full section reconstruction, utility relocation, and traffic control measures to ensure minimal disruption to port operations. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    Fresno CA, IRS Cafe Freezer Compressor Replacement
    General Services Administration
    The General Services Administration (GSA) is soliciting bids for the replacement of the compressor for a cafeteria walk-in freezer located at 1325 Broadway St, Fresno, CA. This project, identified as 47PD5526R0010, requires completion within 90 calendar days from the Notice to Proceed and emphasizes adherence to prevailing wage rates and GSA building security requirements. A mandatory site visit is scheduled for January 14, 2026, at 11:00 AM PST, with proposals due by January 26, 2026, at 4:00 PM PST, requiring submission in PDF format along with a signed SF1449 and detailed pricing. Interested contractors should direct inquiries to Amber Martinez at amber.martinez@gsa.gov or (602) 821-6893.
    $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.