Architect and Engineering Services IDIQ-Set Aside for Small Businesses
ID: 47PA0325R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R00 SPECIAL PROGRAMS DIVISIONWASHINGTON, DC, 20405, USA

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: OFFICE BUILDINGS (C1AA)

Set Aside

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

    The General Services Administration (GSA) is seeking qualified small businesses to provide Architect and Engineering (AE) services through Indefinite Delivery Indefinite Quantity (IDIQ) contracts, specifically set aside for small businesses. The procurement involves establishing four single-award IDIQ contracts for a base year with the option for four additional one-year periods, covering various regions across the United States and U.S. Territories. These services are critical for government projects, including design, cost management, and construction management, ensuring compliance with federal standards and sustainable practices. Interested firms must submit their proposals by February 4, 2025, and can direct inquiries to Aaron Lay at aaron.lay@gsa.gov or Shirley Rohmer at shirley.rohmer@gsa.gov.

    Files
    Title
    Posted
    The General Services Administration (GSA) has established an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Architect/Engineer (A/E) services, specifically for federal office buildings, courthouses, and land ports of entry. This contract encompasses a wide range of services, including design, cost management, and construction management. The A/E is responsible for delivering high-quality and technically accurate designs while adhering to government standards and local regulations. The contract is structured into multiple parts covering task orders, security requirements, incidental services, and standard clauses. A significant focus is placed on maintaining a high standard of care, with the A/E liable for errors affecting the project. Task orders will be issued by the Contracting Officer, who oversees all contract modifications and approvals. The GSA emphasizes energy performance improvements in project designs, historic preservation compliance, and the use of Building Information Modeling (BIM) for construction documentation. Performance evaluations of A/E services will be documented, influencing future contract options. This IDIQ contract demonstrates the GSA’s commitment to efficient facility management and high-quality infrastructure development within federal properties.
    The document outlines the Request for Qualifications (RFQ) for Architectural and Engineering (AE) services to be provided under Indefinite Delivery Indefinite Quantity (IDIQ) contracts, specifically set aside for small businesses. It details the extended submission deadline of February 4, 2025, and specifies that four contracts will be awarded across different zones in the U.S. and its territories, covering a variety of AE services for government projects. The RFQ requires firms to submit proposals using SF-330 forms, adhering to specific qualifications and selection criteria, which include professional experience, past performance, technical competence, and capacity to meet project timelines. Each selected firm will be interviewed, and final selections will follow evaluations based on established criteria. Firms must demonstrate experience and compliance with federal regulations, while the work includes a wide array of architectural and engineering tasks. The document emphasizes the importance of sustainable practices, requiring firms to present plans addressing environmental considerations. Overall, this RFQ seeks qualified small businesses to engage in government contracts, with stringent evaluation measures to ensure quality service delivery across the selected zones.
    This document outlines the Request for Qualifications (RFQ) for the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts for architectural and engineering (AE) services, specifically set aside for small businesses. The solicitation number is 47PA0325R0001-0003, and the due date for responses has been extended to 5 PM Eastern on 28 February 2025. The contracting office is the Public Buildings Service, located in Washington, DC, and the contracts will entail various AE services across government-controlled sites. There will be four awards made from this solicitation, each covering different zones, and small businesses may apply for one or more zones. This effort emphasizes support for small businesses within the architectural and engineering sector, providing them with an opportunity to engage in government contracts over a term of one year, with the possibility of four additional one-year option periods. The classification code for the services is C, and the relevant NAICS code is 541310.
    The document outlines the cancellation of Solicitation Number 47PA0325R0001-0004, an RFQ for zonal Architect and Engineering (AE) Indefinite Delivery Indefinite Quantity (IDIQ) contracts intended for small businesses. This procurement was designed to establish four single-award IDIQ contracts for AE services over a base year, with potential extensions of up to four additional years. It was to be managed by the Public Buildings Service of the GSA, based in Washington, DC. The announcement emphasizes the Government's gratitude for the interest shown by small businesses and encourages future participation in similar opportunities. The cancellation arises from significant changes in requirements, indicating a shift in procurement strategy or project scope. Thus, the document serves to inform potential contractors of the changes and the status of the solicitation process.
    The document outlines a Request for Qualifications (RFQ) for Indefinite Delivery Indefinite Quantity (IDIQ) contracts in Architectural and Engineering (AE) services, specifically aimed at small businesses. The RFQ, designated by solicitation number 47PA0325R0001, encompasses four IDIQ contracts covering various regions across the United States and U.S. Territories for a base year plus up to four optional years. The anticipated contract value is a maximum of $50 million, with a guaranteed minimum of $1,000 for the first year. Interested firms can propose for specific geographical zones but must not submit a single proposal for multiple zones. Key selection criteria include professional qualifications, past performance, specialized experience, and sustainable design practices, evaluated on a weighted scale. Notably, a 5% weight is given to the firm's location within the project zone to ensure logistical efficiency. Firms are encouraged to form Joint Ventures that meet small business requirements and are required to submit an SF-330 form for evaluation. This RFQ emphasizes the need for a comprehensive approach to providing AE services that meet federal standards, including sustainable design goals. The document highlights the critical nature of collaboration, capacity for timely delivery, and adherence to federal regulations in the evaluation and selection process for achieving project objectives.
    The document is an attendee report for a virtual pre-proposal conference hosted by the General Services Administration (GSA) on January 13, 2025. The conference aimed to discuss the "Set Aside AE IDIQ," providing insights relevant to federal requests for proposals (RFPs) and grants. Key participants included GSA representatives and a diverse group of architectural and engineering firms, indicating a strong interest in accessible federal contracting opportunities. The report lists the names and email addresses of attendees, including both GSA officials and various professionals from multiple entities, highlighting the collaborative nature of the event. The gathering underscores the federal government's commitment to engaging with potential contractors, ensuring transparency, and providing pertinent information surrounding the bidding process. This forum is significant as it fosters relationships between the government and industry professionals, promoting an inclusive environment for federal procurement activities.
    The pre-proposal conference on January 13, 2025, hosted virtually, centers on the GSA/SPD Set Aside AE IDIQ project. Aaron Lay introduces the meeting, emphasizing the non-mandatory nature for attendance and detailing rules for engagement, including the submission of questions via email by January 17. Bartosz Rolski outlines the program scope, while Lay reviews the contract and proposal process, confirming that it is a small business set-aside following FAR Part 36.6 and GSAM 536.6. Offers are due by February 4, 2024. The agenda includes a review of solicitation amendments, specifically amendment 0002. Questions submitted during the conference will be addressed in subsequent amendments. Key contacts include Contracting Officer Lindsey McCampbell and Contract Specialist Shirley Rohmer, alongside Bartosz Rolski as the COR. This structure establishes an organized process for potential contractors, ensuring clarity in requirements and upcoming deadlines.
    The document outlines the Architect-Engineer Qualifications Standard Form 330, utilized by federal agencies to assess the qualifications of architect-engineer firms for contract selection, as mandated by U.S. federal law. The form facilitates a two-part submission: Part I focuses on qualifications specific to a contract, while Part II addresses the general qualifications of the firm. Key components of Part I include contract information, proposed team details, organizational structure, resumes of key personnel, and relevant example projects. Each section serves to illustrate the firm's competence relevant to the contract requirements. In contrast, Part II contains broader information about the firm, such as its establishment year, ownership structure, employee distribution by discipline, and average revenue from professional services over recent years, highlighting the firm's experience and financial capacity. Overall, the document serves to standardize submissions from architect-engineer firms, ensuring consistent evaluation based on detailed qualifications that align with federal contracting processes, promoting fairness and transparency in the selection of qualified professionals for federal projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Subject Matter Expert/Engineering Support Services
    General Services Administration
    The General Services Administration (GSA) is seeking Subject Matter Expert/Engineering Support Services through a limited source justification. This procurement is aimed at acquiring specialized expertise to support the GSA's operations, specifically under the authority of FAR 8.405-6(a)(1)(i)(A) and FAR 8.401. The services are critical for ensuring effective project execution and compliance with federal acquisition regulations. Interested parties can reach out to Chanel Colbert at chanel.colbert@gsa.gov for further information regarding this opportunity.
    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.
    FY26 A&E IDIQ Scott AFB, IL
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide Title I and Title II services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Scott Air Force Base, Illinois. The procurement aims to award contracts to up to five small business firms for multi-discipline A-E services that will support the Base Civil Engineer's real property and construction programs, with each contract potentially spanning one base year and four option periods. Interested firms must submit their qualifications using Standard Form 330 by 3:00 p.m. CST on January 6, 2026, and are required to be registered in the System for Award Management (SAM) and licensed to practice in Illinois. For further inquiries, contact Christa Wooten at christa.wooten@us.af.mil or Fawne E. Lee at fawne.lee@us.af.mil.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 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
    Dept Of Defense
    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.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    REGION ONE A&E IDIQ
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract in Region One, which encompasses Montana, northern Idaho, far eastern Washington, and the North/South Dakota National Grasslands. The contract will focus on providing engineering services, including structural, civil, water, and wastewater design and inspection for transportation systems and infrastructure at USFS recreation and administrative sites, with projects involving bridges, culverts, retaining walls, and water management systems. This initiative is crucial for maintaining and enhancing the infrastructure that supports public access and environmental stewardship in these regions. Interested small businesses are encouraged to submit a Capability Statement to Crystal Amos at crystal.amos@usda.gov within 15 days, with an estimated contract value exceeding $10 million and a performance period from March 2026 to February 2031.
    Engineering Services for Specialized Antennas, Towers, Hangars, and Communication Facilities, Worldwide
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking qualified architect-engineer firms to provide engineering services for specialized antennas, towers, hangars, and communication facilities worldwide. This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at supporting various specialized Department of Defense facility projects, emphasizing the critical nature of these services for military operations. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further details, including solicitation documents, interested parties should contact Jonathan Demorest at jonathan.p.demorest.civ@us.navy.mil or Anthony Gonzales at anthony.j.gonzales104.civ@us.navy.mil, with the solicitation available through the PIEE Solicitation Module on SAM.gov.
    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
    Dept Of Defense
    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.