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

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

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

    The General Services Administration (GSA) is seeking qualified contractors for the 2026 Construction Indefinite Delivery Indefinite Quantity (IDIQ) contract for Zone 3, which encompasses repair and alteration services for commercial and institutional buildings in Hawaii. This procurement aims to award between 10 to 20 IDIQ contracts, with a total estimated value of up to $50 million, covering a range of services including design-build, mechanical, electrical, and plumbing system replacements, as well as hazardous material abatement. Proposals are due by November 19, 2025, and must be submitted via a Google Form, with specific requirements for past project experience and financial documentation. Interested parties can contact Krista M. Miller at krista.miller@gsa.gov or by phone at 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.
    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).
    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) 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.
    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
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES FOR VARIOUS MULTI-DISCIPLINE ENGINEERING AND RELATED PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, HAWAII
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide multi-discipline architect-engineer services for various projects primarily located in Hawaii, with potential for worldwide application. The contract, which is a total small business set-aside, includes a base period of one year with four additional one-year options and a six-month extension, with a total fee not exceeding $20 million and a guaranteed minimum of $3,000. The selected firm will be responsible for a range of services including project documentation, design-build documents, engineering studies, and post-construction services, with task orders valued between $5,000 and $1.5 million. Interested firms must submit their qualifications via the SF330 form by December 30, 2025, at 2:00 PM Hawaii Standard Time, and are encouraged to contact Kelcie Kimura or Kris Nakashima-Wong for further information.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    Pago Pago TSA Space Renovation, American Samoa
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the renovation of the TSA space at Pago Pago International Airport in American Samoa. The project involves replacing carpet and cove base, installing a kitchen cabinet system, and painting the entire TSA office area located in Tafuna Village. This renovation is crucial for maintaining the functionality and aesthetics of the TSA facilities, ensuring a safe and efficient environment for travelers. Interested contractors must submit their proposals electronically to the GSA Contracting Officer, Kasey Wilkie, by 4:00 PM Pacific Time on January 16, 2026, following the guidelines outlined in the solicitation package. For further inquiries, Kasey Wilkie can be reached at kasey.wilkie@gsa.gov or by phone at 702-408-7063.
    GSA Leasing Support Services Max (GLS Max)
    Buyer not available
    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)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    Industry Day for Construction Projects at Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Complex, San Juan, Puerto Rico
    Buyer not available
    The General Services Administration (GSA) is hosting an Industry Day for contractors interested in two significant construction projects at the Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Complex in San Juan, Puerto Rico. The projects include non-structural seismic mitigation at the Nazario Courthouse and the construction of a new ten-story courthouse annex, both requiring contractors with experience in commercial and institutional building construction (NAICS code 236220). The total project magnitudes are estimated between $20 million and $40 million for the seismic mitigation and between $200 million and $260 million for the annex. Interested parties are encouraged to register for the virtual event scheduled for January 21, 2026, at 10:00 AM (AST) by completing the registration form provided in the notice. For further inquiries, contact Natalia Lugo-Vina Cruz at natalia.lugo-vinacruz@gsa.gov.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    76--GPSC5 Amendment Five Request for Qualifications
    Buyer not available
    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.
    Wichita U.S. Courthouse North Facade Cleaning and Tuckpointing
    Buyer not available
    The General Services Administration (GSA) is soliciting contractors for the cleaning and tuckpointing of the north facade of the Wichita U.S. Courthouse in Kansas. This opportunity is specifically available to contractors who currently hold a contract with GSA Region 6 under the Small Business Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract for Construction Services in Kansas. The project is crucial for maintaining the structural integrity and aesthetic appearance of the courthouse, which serves as a vital public building. Interested contractors should contact Anthony Dibbern at anthony.dibbern@gsa.gov or (785) 295-2503, or Dane Anderson at dane.anderson@gsa.gov or (785) 217-6059 for further details, as access to solicitation documents is restricted to eligible contract holders.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the operational capabilities of the Army by providing a dedicated facility for aircraft maintenance. Interested contractors must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and registration as a vendor in PIEE is mandatory. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at jennifer.i.ko@usace.army.mil, with the proposal submission process requiring adherence to specific guidelines outlined in the PIEE resources.