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
    Enterprise Wide Workplace
    Buyer not available
    The General Services Administration (GSA) is seeking proposals from small businesses for the "Enterprise Wide Workplace" project, aimed at optimizing the management of federal office spaces through a scalable marketplace solution. The initiative focuses on enhancing efficiency and productivity by providing a platform for sharing office assets and accessing flexible workspaces, ultimately reducing costs for GSA and its agency customers. This project is critical for modernizing workspace management within the federal government, with a pilot phase covering 59 buildings and approximately 48,000 users, set to culminate in a system-wide launch by March 31, 2025. Interested contractors must submit their proposals electronically by March 7, 2025, and can direct inquiries to Joel Doucette at joel.doucette@gsa.gov or Krystal Blue at krystal.blue@gsa.gov for further information.
    Worldwide Envelope, Roofing, and Waterproofing A&E IDIQ
    Buyer not available
    The U.S. Department of State is seeking proposals for a Worldwide Envelope, Roofing, and Waterproofing Architect-Engineer (A&E) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure professional architectural and engineering services for the Roof & Façade Management Program, which includes assessing, designing, and inspecting roofing and waterproofing needs at various Foreign Service Posts globally. The selected contractors will be responsible for ensuring compliance with U.S. and local codes while delivering high-quality designs and documentation, with a contract value ranging from a minimum of $10,000 to a maximum of $800,000 annually, totaling up to $4 million over five years. Interested parties must submit their proposals by March 21, 2025, and can contact Ryan C. Edwards at Edwardsrc@state.gov for further information.
    Architect Engineer Support to Mobile District Planning and Environmental Division
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified small businesses to provide Architect-Engineer (AE) services for the Planning and Environmental Division. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for services that include the preparation of master plans for military and civil facilities, with a focus on NEPA compliance, biological evaluations, and public involvement coordination. This opportunity is crucial for ensuring effective planning and environmental management in military operations, and interested firms must demonstrate relevant experience and capabilities, particularly in Military Master Planning. Submissions are due by March 17, 2025, and must be sent via email to the designated contacts, Jeffrey Donaldson and Elizabeth Trimble, for further inquiries.
    ARCHITECTURAL-ENGINEERING (A-E) SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES FOR VARIOUS LOCATIONS WITHIN THE U.S. ARMY CORPS OF ENGINEERS (USACE) NORTH ATLANTIC DIVISION BOUNDARIES (BUT PRIMARILY IN THE NEW ENGLAND DISTRICT (NAE))
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineering firms to provide geotechnical engineering services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, primarily within the New England District, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The contract, valued at up to $10 million over five years, will encompass subsurface exploration, geophysical surveys, geotechnical analyses, and construction oversight, with firms required to demonstrate their ability to manage multiple concurrent task orders and execute approximately $2 million per year. This procurement is crucial for ensuring quality and efficiency in infrastructure projects, emphasizing the importance of local expertise and past performance in the selection process. Interested firms must submit their proposals, including Parts I and II of the SF 330, by April 30, 2025, and can direct inquiries to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Multiple Award AEP IDIQ Services Contracts
    Buyer not available
    The District of Columbia Courts is seeking qualified firms to provide Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) services contracts for Architectural, Engineering, and Planning (AEP) services. The procurement aims to support the Capital Projects and Facilities Management Division, encompassing a range of services including pre-design, space planning, and construction document preparation. This initiative is crucial for addressing the courts' infrastructure needs and ensuring the efficient operation of judicial functions within the District. Proposals are due by March 21, 2025, at 1:00 PM EST, and interested parties should contact Flor de Maria de Rivera at maria.rivera@dccsystem.gov or 703-901-1547 for further information.
    A-E Shortlist for USDA-FS, Region 8 and 10, SRS-PNW-IITF Research Stations 2024
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small business architect-engineer (A&E) firms for the 2024 Shortlist for the Southern Research Station (SRS) and Pacific Northwest Research Station (PNW) projects. The procurement aims to establish a Short Selection Database for contracts valued under $250,000, covering a range of engineering services including surveying, construction inspection, and environmental assessments across multiple states and territories. This initiative is crucial for enhancing ecosystem management and sustainability within the USDA's operational areas, with an average of 20 projects expected to be executed annually from this database. Interested firms must submit their qualifications, including a cover letter, A&E Submittal Cover Sheet, current SAM registration, and SF330 forms by March 15, 2024, to Cynthia Granderson at cynthia.granderson@usda.gov, with a cc to Steven Alves at steven.alves@usda.gov.
    FY25 GSA Streamlined Retail Electric Solicitation
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the FY25 GSA Streamlined Retail Electric Solicitation, aimed at procuring competitive electricity supply services for federal agencies. Contractors will be responsible for supplying electricity at designated delivery points for a contract period of up to 60 months, ensuring compliance with regulatory standards and managing various pricing components associated with energy procurement. This solicitation is crucial for maintaining a reliable electricity supply while promoting renewable energy sources in alignment with sustainability goals. Interested parties must acknowledge receipt of amendments and submit their technical proposals by March 20, 2025, with inquiries accepted until February 26, 2025. For further information, potential bidders can contact Mark West at mark2.west@gsa.gov or Brenna Lanphear at Brenna.Lanphear@gsa.gov.
    MD Repair & Alteration IDIQ Solicitation Number Change
    Buyer not available
    Presolicitation GENERAL SERVICES ADMINISTRATION (GSA) Mid-Atlantic Region intends to solicit proposals for a new Indefinite Delivery Indefinite Quantity multiple award term contract for repair and alteration construction services under the Simplified Acquisition Threshold. This contract is to provide repair and alteration construction services for Government owned and leased facilities in the State of Maryland. The individual task orders to be placed under the contract will range in dollar value from $2,000 to $150,000, with a Maximum Order Limitation (MOL) of $7,500,000. The contract will be utilized by the Baltimore Field Office personnel and will have a total potential contract period of five (5) years. The procurement is set aside for the 8(a) program and offerors will be evaluated based on technical merit and price proposals. The selected firms will be competitively chosen using the Best Value trade-off process. The complete solicitation package will be available electronically on the FedBizOpps website. Offerors must be registered in the Contractor's Central Registration (CCR) database and the System for Award Management (SAM) to participate in this procurement.
    Architect-Engineer (A-E) Environmental Services Indefinite Delivery Contract (IDC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified architect-engineer firms for an Indefinite Delivery Contract (IDC) focused on environmental services. The procurement aims to secure engineering services under NAICS code 541330, which encompasses a range of environmental assessments and related activities essential for military operations and infrastructure. These services are critical for ensuring compliance with environmental regulations and supporting sustainable practices within defense projects. Interested firms should contact Joshua Hope at JOSHUA.D.HOPE@USACE.ARMY.MIL or Robert Reed at robert.e.reed@usace.army.mil for further details regarding the submission of qualifications and any upcoming deadlines.
    Steam Distribution Maintenance at GSA's Heating Operation and Transmission Division (HOTD)
    Buyer not available
    The General Services Administration (GSA) is seeking qualified small businesses to provide management and operational support for the Steam Distribution Complex in Washington, DC, under a Sources Sought Notice. The procurement aims to identify contractors capable of performing routine inspections, maintenance, and minor repairs, as well as additional tasks related to the steam distribution system, emphasizing the importance of safety and compliance with federal regulations. Interested parties are encouraged to submit their capabilities, including company identification and experience, by February 28, 2025, with the anticipated contract selection process focusing on technical merit and pricing. For further inquiries, potential respondents can contact Jenique Markman at jenique.markman@gsa.gov or Michelle Allen at michelle.allen@gsa.gov.