Multiple AwardGeneral Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Design Build Capabilities for PA/NJ/DE
ID: 47PD0225R0026Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R3 ACQ MGMT DIV SOUTHPHILADELPHIA, PA, 19106, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 9:00 PM UTC
Description

The General Services Administration (GSA) is seeking proposals for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for General Construction Services, specifically targeting Pennsylvania, New Jersey, and Delaware. This contract will encompass a range of construction activities, including commercial office renovations, MEP system upgrades, and other related services, with a maximum ordering limit of $75 million over a five-year period. The procurement is set aside for small businesses, including specific socioeconomic categories, and emphasizes the importance of technical qualifications and past performance in the selection process. Interested contractors must submit their proposals electronically by May 2, 2025, and can direct inquiries to Erin Watson or Jennifer Silkensen at the provided email addresses.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 4:05 PM UTC
The document outlines a comprehensive Request for Proposals (RFP) for various construction and renovation services aimed at federal buildings. The main focus is on the removal, installation, and repair of structural components, mechanical systems, and surfaces, ensuring that all tasks adhere to governmental standards and specifications. Key activities include the removal of flooring, wall coverings, partitions, doors, and electrical fixtures, alongside installing new partitions, ceilings, doors, and mechanical elements like light fixtures and HVAC components. The document specifies each line item's scope, detailing the necessary preparations, cleanup after removal, and requirements for new installations, including specific product models and compliance with the Americans with Disabilities Act (ADA). The summary emphasizes the need for coordination with government representatives at various stages and outlines the expected deliverables in terms of materials and execution. This RFP highlights the government’s effort to maintain and upgrade its facilities, ensuring efficiency, safety, and compliance with regulations during the renovation process.
Apr 2, 2025, 8:10 PM UTC
The government document outlines a solicitation for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, focused on providing general construction services across Philadelphia, surrounding counties in Pennsylvania, select counties in New Jersey, and the entire state of Delaware. It specifies the requirements for submitting offers, including deadlines for performance, the necessity for performance and payment bonds, and the mandatory provision for the sealed bids. The offeror must detail their agreement to perform the requisite tasks in adherence to the outlined terms, and there are guidelines dictating the submission of bids, including penalties for insufficient timeframes for acceptance. The contracting details reflect typical protocols for federal requests for proposals (RFPs), ensuring compliance with government standards and facilitating the management of construction contracts. This solicitation emphasizes the public nature of the bidding process and requires acknowledgment of any amendments, reinforcing the structured approach needed for federal contract agreements.
Apr 3, 2025, 4:05 PM UTC
This government document outlines the solicitation and bidding process for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide general construction services in specific areas, notably Philadelphia and surrounding counties, parts of New Jersey, and the entire state of Delaware. The solicitation process mandates that contractors submit sealed offers, including performance and payment bonds, within the stipulated timeframe. Key details include a performance period initiating after the award, a government acceptance period for offers, and requirements for documentation submission. The document emphasizes strict adherence to solicitation terms and clauses, ensuring that proposals meet the outlined work requirements. The award process will culminate in a contract based on the government solicitation and the selected offeror's submission, promoting transparency and compliance within the public contracting framework.
Apr 3, 2025, 4:05 PM UTC
The document outlines a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for General Construction Services managed by the General Services Administration (GSA) for Pennsylvania, New Jersey, and Delaware. Intended for a variety of construction tasks, such as office renovations and MEP system upgrades, the contract will allow for multiple awardees, with an ordering limit of $75 million over five years. The anticipated performance periods range from March 3, 2026, to March 2, 2031, with provisions for substantial and contract completion within specified timeframes following task orders. Contractors must adhere to stringent terms, including securing necessary permits, insurance requirements, and compliance with applicable U.S. laws regarding supply chain protection and material content reporting. Emphasis is placed on fair opportunity for contractors, with selection for task orders based on price and technical merit. Liquidated damages will apply for delays, and the GSA has established guidelines for contractor responsibilities, including ensuring the safeguarding of Controlled Unclassified Information (CUI). The document is comprehensive, detailing all requirements, pricing structures, and clauses applicable to contract modifications, ensuring clarity for participants in federal construction projects.
Apr 3, 2025, 4:05 PM UTC
The GSA Solicitation No. 47PD0225R0026 outlines essential provisions for offerors in federal contracting, including representations and certifications. It emphasizes deviations from standard FAR clauses effective February 2025, specifically noting that changes do not affect civil rights and nondiscrimination laws. The document details the North American Industry Classification System (NAICS) code (236220) for commercial and institutional building construction, with a small business size standard set at $45 million. Key requirements include the completion of specific representations in the System for Award Management (SAM) and certifications regarding compliance with federal laws, including those related to telecommunications, supply chain security, and Arms Control Treaties. Notably, the offeror must verify accuracy in SAM and disclose any compliance issues especially concerning procurement restrictions linked to covered telecommunications equipment. This solicitation is critical in ensuring that contracting practices align with ethical standards and regulatory compliance while also fostering small business opportunities within federal contracts.
Apr 3, 2025, 4:05 PM UTC
The GSA Solicitation No. 47PD0225R0026 seeks proposals for a Multiple Award General Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) contract with design-build capabilities covering Pennsylvania, New Jersey, and Delaware. This contract is set aside for small businesses, including special categories like 8(a) Participants and Woman-Owned Small Businesses. The contract will entail individual task orders valued between $30,000 and $3,000,000, with a maximum aggregate value of $75 million over the contract's lifetime, which includes one base year and four additional option years. Proposals must include both technical and price components, with specifications outlined for past experience, project management approach, qualifications of key personnel, and bonding capacity. Offerors need to submit their proposals electronically by May 2, 2025, to specified GSA representatives. Emphasis is placed on the importance of past relevant projects and a sound management plan to handle multiple simultaneous projects effectively. The solicitation also incorporates provisions from federal acquisition regulations, emphasizing the need for compliance and transparency throughout the proposal process. The document highlights the GSA's commitment to small business engagement and ensuring comprehensive assessment criteria for offer evaluations.
The document is a worksheet designed for offerors to detail their prior experience on relevant projects as part of the federal RFP process. It outlines specific information that must be included for each project submission, limited to two pages per project. Key elements to be covered include the project title, location, detailed descriptions, contract types such as IDIQ or BPA, project timelines, and financial details including initial and final construction costs. Offerors must also specify their role (prime or subcontractor), delineate work performed by their own team versus subcontractors, and provide client contact details, including a primary and a secondary contact. If applicable, teams proposing as joint ventures are required to discuss previous collaborative experience and submit their joint venture agreement. This structured approach aims to ensure comprehensive and comparable project submissions within the broader context of government procurement and grant applications.
Apr 3, 2025, 4:05 PM UTC
The PBS Past Performance Questionnaire is designed for contractors and clients involved in government projects to evaluate contractor performance. Contractors provide information about their work (as prime contractors, subcontractors, or joint ventures), project details, contract specifics, and performance metrics. Clients are instructed to assess contractors based on various criteria, including quality of work, timeliness, customer satisfaction, management effectiveness, financial management, safety compliance, and sustainability practices. Each criterion is rated on a scale from Exceptional to Unsatisfactory, allowing for detailed feedback. The document emphasizes the importance of honest evaluations that help in future government contract considerations, ultimately fostering improved services in federal and local government projects. The questionnaire acts as both a feedback tool and a standard for assessing risk on ongoing and future contracts.
Apr 3, 2025, 4:05 PM UTC
The "Contractor's Qualifications and Financial Information" document serves as a standardized form for contractors seeking federal contracts, outlining their financial status and qualifications. Key sections include general organizational information, ownership details, financial aid status, and banking and contractual information. Contractors must provide data regarding their business structure, taxpayer ID, financial statements, liabilities, assets, and history of contractors or surety affiliations. Additionally, it requires disclosure of any bankruptcy filings, judgments, delinquent federal debts, and details about government financing. The goal is to assess the financial viability and reliability of contractors as part of the procurement process, ultimately ensuring that public funds are entrusted to solvent entities that can successfully deliver on contracts. The structure facilitates thorough analysis by government agencies while requiring detailed disclosures for enhanced transparency and accountability.
Apr 3, 2025, 4:05 PM UTC
The Offeror Information Worksheet is a standardized document used in federal and state RFPs and grants, capturing essential details from potential contractors or bidders. It requests basic company information such as the company name, point of contact (POC) details, and unique entity identifier (UEI) number, along with the company's physical address. Additionally, it categorizes businesses by their classifications, allowing respondents to indicate all applicable small business classifications, including Small Business, Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), HUBZone Concern, Service Disabled Veteran Owned Small Business (SDVOSB), and 8(a) Participant status. This structured format facilitates the collection of relevant information necessary for evaluating offers and ensuring compliance with federal guidelines and diversity initiatives in government contracting.
Similar Opportunities
West Virginia & Western Virginia Construction Multiple Award IDIQ
Buyer not available
The General Services Administration (GSA) is seeking qualified small businesses to participate in a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for construction services in West Virginia and Western Virginia. The procurement aims to provide repair and alteration services for government-owned and leased facilities, with project values ranging from $250,000 to $3.926 million and potentially higher, depending on government discretion. This contract is crucial for maintaining and improving federal facilities, ensuring they meet operational standards and requirements. Interested contractors must submit their responses by April 14, 2025, at 12:00 PM Eastern Time, to Danyel Herdman and Kimberly DeSant via email, providing detailed corporate information and capabilities statements.
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.
Multiple Award Schedule
Buyer not available
The General Services Administration (GSA) is seeking proposals for a Multiple Award Schedule under the Federal Acquisition Service, specifically through the GSA/FAS Furniture Systems Management Division. This opportunity involves a combined synopsis/solicitation for commercial items, adhering to the guidelines outlined in subpart 12.6, and aims to procure a range of professional, scientific, and technical services categorized under NAICS code 541990. The procurement is critical for ensuring the availability of miscellaneous services that support various federal operations, with the place of performance located at 100 S Independence Mall West, Philadelphia, PA. Interested vendors can reach out to the National Customer Service Center at NCSCcustomer.service@gsa.gov or call 800-488-3111 for further information, as proposals are currently being requested without a formal written solicitation.
Garmatz Courthouse Windows Replacement
Buyer not available
The General Services Administration (GSA) is seeking qualified contractors for the Garmatz Courthouse Windows Replacement project in Baltimore, Maryland. This Sources Sought Notice aims to gather information on small business contractors capable of performing modernization and repair work, specifically the replacement of deteriorating original windows and concrete sidewalks at the Edward A. Garmatz U.S. District Courthouse. The project is significant for enhancing the building's energy efficiency and addressing current issues such as air leakage and inadequate temperature control, with an estimated construction cost ranging from $10 million to $20 million. Interested contractors must submit their responses by April 18, 2025, with the phased solicitation process expected to begin in Spring 2025 and conclude with contract awards in late 2025 or early 2026. For further inquiries, contact Stephen Boettcher at stephen.boettcher@gsa.gov or call 215-687-5870.
CONSTRUCTION SERVICES FOR MULITPLE NEW LAND PORT OF ENTRY
Buyer not available
The General Services Administration (GSA) is seeking qualified construction contractors to provide services for multiple new Land Ports of Entry (LPOE) projects located in Vermont and Maine. The projects involve the renovation and modernization of existing facilities at five specific locations: Alburg Springs, Beebe Plain, Calais Ferry Point, Norton, and Richford, with the aim of enhancing security, improving traffic flow, and ensuring compliance with Customs and Border Protection requirements. The expected construction durations range from 12 to 36 months, with estimated project costs varying from $5 million to $50 million depending on the location. Interested firms must demonstrate relevant experience and meet specific criteria, with submissions due by April 21, 2025. For further inquiries, interested parties can contact Carolyn Weekes at carolyn.weekes@gsa.gov or Michele Valenza at michele.valenza@gsa.gov.
Design-Build Services for the Gate 6 Parking Garage, St Elizabeths West Campus, SE WASH DC
Buyer not available
The General Services Administration (GSA) is seeking qualified small businesses to provide Design-Build Services for the construction of the Gate 6 Parking Garage at the St. Elizabeths West Campus in Washington, DC. The project involves constructing a five-level parking garage with a capacity of 1,250 spaces, with an estimated budget ranging from $115 million to $150 million. This sources sought announcement is intended for planning purposes only, aiming to identify potential contractors under various small business programs as outlined in the Federal Acquisition Regulations (FAR). Interested firms must submit a Letter of Interest and a capability statement by April 23, 2025, with a maximum of 10 pages, to Bonnie E. Echoles at bonnie.echoles@gsa.gov or Terri Elliott at terri.elliott@gsa.gov. Please note that no contracts will be awarded at this stage, and the government will not reimburse any costs associated with the submission.
Nitrogen Generator and Dry Pipe Replacement
Buyer not available
The General Services Administration (GSA) is soliciting proposals for the replacement of the nitrogen generator and dry pipe system at the Joseph P. Kinneary Courthouse in Columbus, Ohio. This project involves comprehensive construction services, including the replacement of existing air compressors and fire suppression dry piping, along with necessary lead paint remediation and asbestos abatement. The contract, designated as Solicitation No. 47PF0025R0021, is set aside for small businesses, with an estimated project cost between $1 million and $5 million, and proposals are due by April 22, 2025. Interested contractors should contact Stephanie Mathless at stephanie.mathless@gsa.gov or 312-835-1852 for further details and are encouraged to participate in pre-proposal site visits scheduled for April 8, 2025.
Carlisle Barracks Job Order Contract Sources Sought
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to respond to a Sources Sought Notice for a Job Order Contract (JOC) at Carlisle Barracks, Pennsylvania. This procurement aims to establish a Firm-Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for various construction tasks, including repairs, demolitions, and minor constructions related to military facilities, with an anticipated project magnitude between $25 million and $50 million over a base year and four option years. The selected contractor will be responsible for providing all necessary personnel, materials, and services while adhering to federal laws and safety regulations, emphasizing accountability and regulatory compliance throughout the project. Interested small businesses must submit their qualifications and relevant information to the designated contacts, Andrew Graham and Carie Trezevantte, by email, as the government will not accept unsolicited proposals or telephone inquiries.
Design-Build for the Tunnel Barrier Project at the Giaimo Federal Building, New Haven CT
Buyer not available
The General Services Administration (GSA) is seeking qualified small businesses to participate in a Sources Sought notice for the Design-Build for the Tunnel Barrier Project at the Giaimo Federal Building in New Haven, Connecticut. The project involves the demolition and replacement of existing Active Vehicle Barriers (AVBs) at two tunnel locations, including the integration of controls and a ballistic-rated guard booth, with an estimated construction value between $1 million and $5 million. This procurement is crucial for enhancing security measures at the facility, and interested parties are encouraged to submit a capabilities package by April 18, 2025, to the primary contacts Adam Katzman and Stephanie Klein via email. The GSA aims to assess the availability of qualified small business sources, including those certified under various SBA programs, to determine the appropriate acquisition strategy.
Masonry Restoration and Cornice Repointing
Buyer not available
The General Services Administration (GSA) is seeking qualified contractors for a masonry restoration and cornice repointing project at the Melvin Price Federal Building in East St. Louis, Illinois. The project involves the restoration of granite, limestone, and brick masonry, including repointing mortar, replacing deteriorated sealants, and repairing spalled granite, with an emphasis on preserving the building's historical integrity while ensuring compliance with modern safety standards. This initiative underscores the government's commitment to maintaining federal properties and enhancing their usability, with an estimated project value between $1 million and $2 million. Proposals are due by April 17, 2025, and interested contractors should contact Rhonda Booker at rhonda.booker@gsa.gov for further details.