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 23, 2025, 12:00 AM UTC
  3. 3
    Due May 23, 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 with design-build capabilities, covering Pennsylvania, New Jersey, and Delaware. The contract aims to provide a range of construction services, including commercial office renovations, mechanical, electrical, and plumbing (MEP) repairs, and hazardous material abatement, with a maximum ordering limit of $75 million over a five-year period. This procurement is particularly significant as it is set aside for small businesses, including specific contracts reserved for 8(a) participants, women-owned businesses, HUBZone firms, and service-disabled veteran-owned businesses. Interested contractors must submit their proposals by May 23, 2025, and can direct inquiries to Erin Watson or Jennifer Silkensen via email.

Point(s) of Contact
Files
Title
Posted
Apr 23, 2025, 5:05 PM UTC
The document outlines a comprehensive list of proposed construction and renovation tasks required by a government entity as part of Request for Proposals (RFPs) for various facilities. It enumerates detailed line items for removal and installation of infrastructure components, including doors, carpet, ceiling tiles, electrical fixtures, plumbing, and painting work. The document emphasizes the need for debris removal, surface preparation, and ensuring compliance with safety and accessibility standards, specifically for structures under government oversight. Key tasks include removing existing fittings and fixtures, particularly in relation to system furniture and partitions, and replacement with new materials while maintaining visual and functional standards. Additionally, the document calls for work on energy-efficient installations and the coordination of complex electrical and plumbing installations. Each listed work item requires pricing based on specified units like square feet (SF), linear feet (LF), and each (EA), suggesting a focus on meticulous measurement and accounting for project costs. Overall, the document serves as a detailed guide for contractors to estimate and propose their bids, facilitating structured renovations while adhering to governmental regulations and standards.
Apr 23, 2025, 5:05 PM UTC
The document outlines a Request for Proposal (RFP) for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at securing general construction services across specific regions: Philadelphia, parts of New Jersey, and Delaware. Key elements include the scope of work, which encompasses various construction activities including renovations, MEP repairs, and sitework, with a maximum ordering limit set at $75 million for the contract's duration of five years. Contractors must initiate work within specified timeframes following contract award and must submit bids that include performance and payment bond assurances. Furthermore, the contract emphasizes adherence to regulations such as Buy American provisions and proper insurance coverage (including workers' compensation and general liability). Terms regarding project completion, liquidated damages for delays, and compliance with safety and administrative requirements are clearly defined. Bidders must present proposals considering specific selection criteria, favoring price and technical merit according to the nature of the task orders. This RFP reflects the government’s commitment to engage qualified contractors while ensuring compliance with federal construction regulations and standards.
Apr 23, 2025, 5:05 PM UTC
The document outlines Amendment 0001 for Solicitation Number 47PD0225R0026, related to a Multiple Award General Construction Services IDIQ Contract for the PA/NJ/DE region. It includes important instructions for acknowledging the amendment receipt, changes in proposal submission deadlines, and clarification of questions from a pre-proposal conference. The proposal submission deadline has been extended from May 2 to May 23, 2025. The solicitation is exclusively open to small businesses, with specific contracts reserved for socio-economic categories, including 8(a) participants, women-owned, HUBZone, and service-disabled veteran-owned businesses. Additionally, it details the structure of proposal submissions, requiring both technical and price proposals, along with other necessary documents such as representations, certifications, and bonding requirements. The total maximum order limitation for the contract is set at $75 million, and individual task orders will generally range from $50,000 to $3 million. The government aims to award between four and eight contracts based on the best value tradeoff concept, where non-price factors are weighted more heavily than price in evaluations. The document serves as a clear guide for potential offerors participating in this federal procurement process.
Apr 23, 2025, 5:05 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 23, 2025, 5:05 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 23, 2025, 5:05 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 23, 2025, 5:05 PM UTC
The document outlines Amendment 0001 to the solicitation for a Multiple Award General Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Design Build capabilities for Pennsylvania, New Jersey, and Delaware. Key updates include an extended proposal due date to May 23, 2025, and details from a pre-proposal conference held on April 10, 2025, emphasizing the process for submitting requests for information (RFIs). The procurement is designated as a Total Small Business Set Aside, aiming for awards to socioeconomically concerned firms—specifically, 8(a) participants, Women-Owned Small Businesses, HUBZone firms, and Service-Disabled Veteran-Owned Businesses. The contract aims to provide general construction services with an aggregate maximum order limitation of $75 million across a five-year period divided into one base year and four option years, with task orders valued between $50,000 and $3 million. Proposals should integrate a Price and Technical Proposal, with detailed evaluation factors including past performance and management plan. Contractors must adhere to the Davis-Bacon Act and provide documentation such as bonding capacity letters, proof of insurance, and verified SAM representations. The amendment indicates the government's approach will prioritize non-price factors alongside total cost in contract selection. This summary encapsulates essential insights and requirements from the original document relevant for potential contractors.
Apr 23, 2025, 5:05 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 23, 2025, 5:05 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 outlines a worksheet designed for offerors participating in government bids, specifically in relation to providing relevant experience on projects. It establishes a structured format requiring detailed information for each submitted project, capped at two pages. Key components include the project title, location, description, timeframe, cost details, and the offeror's specific role, alongside clarifications regarding in-house work versus subcontracted tasks. Additionally, it necessitates contact information for the client and addresses requirements for joint ventures, including past collaboration experience and a joint venture agreement. This worksheet is essential for ensuring comprehensive and detailed project submissions in response to federal and state RFPs, enhancing evaluation transparency and accountability in the bidding process.
Apr 23, 2025, 5:05 PM UTC
The PBS Past Performance Questionnaire is a document designed for contractors and clients involved in federal government contracts, particularly in the context of Requests for Proposals (RFPs) and grants. It collects essential contractor information, general work details, and performance metrics across various categories such as quality, schedule adherence, customer satisfaction, management effectiveness, financial management, safety, and sustainability. Clients are tasked with objectively evaluating the contractor's performance using a rating system ranging from exceptional to unsatisfactory. The questionnaire aims to gather feedback on the contractor's capabilities, reliability, and overall satisfaction with the project. This data is crucial for assessing performance risk in future government contracts, allowing informed decisions regarding contractor selection. The format encourages direct client feedback for transparency and integrity in evaluation.
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.
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 23, 2025, 5:05 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 23, 2025, 5:05 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 23, 2025, 5:05 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 23, 2025, 5:05 PM UTC
The document is an Offeror Information Worksheet used in conjunction with federal RFPs, grants, and state/local requests for proposals. It collects essential details about potential vendors, including company name, point of contact (POC) information, and address. Additionally, it gathers data on the vendor’s small business classification, allowing for identification of various designations such as Small Business, Small Disadvantaged Business, Woman Owned Small Business, HUBZone Concern, Service Disabled Veteran Owned Small Business, and 8(a) Participant. This structured information enables government agencies to evaluate and select contractors for projects, emphasizing the importance of diversity and inclusion in their procurement processes. Overall, the worksheet serves as a foundational tool for aligning vendors with federal contracting opportunities, ensuring transparency and compliance with regulations aimed at supporting small businesses.
Apr 23, 2025, 5:05 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.
Apr 23, 2025, 5:05 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.
Apr 23, 2025, 5:05 PM UTC
The document outlines a solicitation for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for General Construction Services in Pennsylvania, New Jersey, and Delaware, managed by the General Services Administration (GSA). The contract structure allows for multiple awards and task orders that can range from $50,000 to $3,000,000, addressing various construction needs such as office renovations, MEP repairs, and hazardous material abatement. Key sections include project summaries, pricing terms, and comprehensive terms and conditions outlining contractor responsibilities, liquidated damages, and insurance requirements. The project spans a base period from March 3, 2026, to March 2, 2027, with options for four additional years. Emphasis is placed on compliance with federal regulations concerning procurement, labor, and environmental standards, as well as the necessity for security clearances for personnel. Overall, the document serves as a guideline for potential contractors regarding the scope, expectations, and administrative procedures associated with GSA construction projects.
Similar Opportunities
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.
GSA Leasing Support Services Max (GLS Max)
Buyer not available
The General Services Administration (GSA) is preparing to issue a solicitation for Leasing Support Services Max (GLS Max) to assist in the acquisition of leasehold interests and related real estate services for its Federal tenants. The objective of this procurement is to establish a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract that will enable GSA to partner with contractors who can provide comprehensive lease procurement support, leveraging their expertise in problem-solving, negotiation, and collaboration. The contract will cover services across two geographic territories, with a minimum guaranteed award value of $50,000 per awardee, and proposals are due by 4:00 PM (Eastern Time) on May 5, 2025. Interested parties should contact Felipe P. Jolles at felipe.jolles@gsa.gov for further information.
GSL Support Services Contract
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer Research and Development Center (ERDC), is seeking proposals for the GSL Support Services Contract, aimed at providing technical and administrative support for various research and development activities in civil and military engineering. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period and a total capacity of $20 million, focusing on tasks such as conducting technical reviews, laboratory experiments, and logistical support across multiple fields including structural dynamics and materials science. Interested contractors must maintain a DOD SECRET Facility Clearance and demonstrate relevant experience and qualifications, with proposals evaluated based on Technical Capability, Past Performance, and Price. For further information, potential offerors can contact Janalyn Dement at Janalyn.H.Dement@usace.army.mil or Christy Love at Christy.J.Love@usace.army.mil, with proposals due as specified in the solicitation documents.
Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #25REG00 – 4PA0480 Office Space
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office space in Allentown, Pennsylvania, under Request for Lease Proposals (RLP) 25REG00. The GSA requires a minimum of 3,780 and a maximum of 4,100 ABOA square feet of contiguous office space, with a lease term of 10 years and 5 firm, while adhering to specific agency requirements, including location restrictions and tenant improvement allowances. This procurement is crucial for accommodating federal operations and ensuring compliance with federal regulations, including safety and accessibility standards. Interested offerors should contact Mary Harris at mary.harris@gsa.gov or 445-895-7772, and must submit their proposals during the designated Open Periods via the Automated Advanced Acquisition Program (AAAP) website, with the next submission window occurring from the 1st to the 7th of the month.
Lease of Office Space within Region 3
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Mount Laurel, New Jersey, with a minimum of 24,864 ABOA square feet and a maximum of 26,107 ABOA square feet for a term of ten years, including options for renewal. The desired space must be contiguous, accessible 24/7, and capable of accommodating a high volume of public visitors, with a requirement for a freight elevator if located above ground level. This procurement is crucial for ensuring that public-facing government entities have adequate facilities to serve the community effectively. Interested parties must submit Expressions of Interest by May 1, 2025, with anticipated occupancy by August 1, 2026, and should contact Jessica Herring at jessica.herring@gsa.gov or Nick Klein at nicholas.klein@gsa.gov for further details.
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.
Request for Lease Proposals (RLP) No. 3PA0375 - U.S. Government Seeks to Lease Office Space in State College, PA
Buyer not available
The General Services Administration (GSA) is seeking proposals for the lease of office space in State College, Pennsylvania, under Request for Lease Proposals (RLP) No. 3PA0375. The GSA requires approximately 11,422 to 11,993 square feet of contiguous space that meets specific operational needs, including 24/7 accessibility, security features, and compliance with various federal standards. This procurement is vital for accommodating government operations and ensuring a functional work environment, with proposals due by 5:00 p.m. on May 12, 2025, and an expected occupancy date of June 14, 2027. Interested parties should submit their offers electronically via the Requirement Specific Acquisition Platform (RSAP) and may contact Jessica Herring at jessica.herring@gsa.gov or (215) 307-6889 for further information.
2306 Bannister IRA Project
Buyer not available
The General Services Administration (GSA) is soliciting proposals for the 2306 Bannister IRA Project, which falls under the Public Buildings Service and is a task order off the Region 6 Design Build IDIQ contract. This project involves commercial and institutional building construction, specifically focusing on the repair or alteration of office buildings in Kansas City, Missouri. The successful contractor will be responsible for executing the project in accordance with the established guidelines, and access to project documents is restricted to holders of the Region 6 Design Build IDIQ contract, requiring coordination with prime contractors for subcontractors. Interested parties can reach out to Julie Vo at julie.vo@gsa.gov or Mike Flanigan at michael.flanigan@gsa.gov for further information, and should allow 24-48 hours for document access approval.
Porthill Land Port of Entry (LPOE) Modernization Project - Design - Build Construction
Buyer not available
The General Services Administration (GSA) is seeking qualified construction firms to provide Design-Build (D-B) services for the modernization of the Porthill Land Port of Entry (LPOE) in Bonners Ferry, Idaho. The project aims to expand and modernize the existing LPOE facility, which is over 55 years old, to enhance operational efficiency and accommodate modern inspection technologies, including the construction of a new main building, additional inspection lanes, and security enhancements. This project is significant as it will improve traffic flow and operational capabilities at a key border crossing between the United States and Canada, with an estimated construction value exceeding $50 million. Interested firms must submit their capabilities statements by April 25, 2025, to Christie VandenDries at christie.vandendries@gsa.gov, referencing “D-B – Porthill LPOE” in the subject line.