IRS Memphis, TN Design/Build Replacement of Roofs, Electrical Breakers and Fire Alarm System Construction Project
ID: 47PE0325R0007Type: Combined Synopsis/Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R4 (AMD) ACQUISITION MGMT DIVISIONATLANTA, GA, 30303, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The General Services Administration (GSA) is seeking a qualified contractor for a Design-Build project to replace roofs, upgrade electrical breakers, and install a new fire alarm system at the Internal Revenue Service (IRS) Customer Service Center in Memphis, Tennessee. The project involves comprehensive repairs and replacements, including approximately 618,000 square feet of roofing with a 20-year warranty, refurbishment of 26 failed electrical circuit breakers with a 1-year warranty, and installation of a UL-certified fire alarm system, all adhering to current life safety codes. This procurement is critical for maintaining the operational integrity and safety of the IRS facilities, with an estimated contract value between $20 million and $25 million. Proposals are due by February 2, 2026, and interested parties can contact Joseph Ardoin at joseph.ardoin@gsa.gov or 404-772-8076 for further information.

    Files
    Title
    Posted
    The "Contractor Pricing Template" outlines a detailed cost breakdown for the "Above Prospectus Design Build Procurement" project, specifically for Design Build Services at the Memphis IRS Service Center in the SOUTHEAST SUNBELT REGION. The project focuses on "ROOFING, ELECTRICAL BREAKER, & FIRE ALARM SYSTEM REPAIR & REPLACEMENT." The template organizes costs into "DIRECT COST BREAKDOWN BY DIVISION WORK TYPE" (e.g., General Requirements, Existing Conditions, Metals, Electrical, Communications, Electronic Safety & Security) and a "TOTAL COST SUMMARY" that includes Direct Costs, Contractor Contingency, Developer Fee, and Owner Contingency, leading to the "Estimated Total Project Cost" (ETPC). Key work items are Roof Repairs and Replacements, Electrical Breaker Repair & Replacement, and Fire Alarm System Replacement, with an optional "Additional Roof E Replacement." The template also accounts for Prime Contractor Markup, covering Home Office Overhead, Jobsite Overhead, Profit, Bond & Insurance, and Professional Services. This document serves as a structured proposal for pricing design-build services in a federal government context.
    The revised Statement of Work outlines a Design-Build project for the Internal Revenue Service Center in Memphis, TN, focusing on roofing, electrical breaker, and fire alarm system improvements. The project entails comprehensive roof repair and replacement with a 20-year warranty, refurbishment of 26 failed electrical circuit breakers with a 1-year warranty, and a complete replacement of the fire alarm system to meet current life safety codes, also with a 1-year labor warranty and UL certification. An optional work item for additional roof repairs is also included. Key requirements include a web-camera surveillance system for roof work, strict adherence to GSA PBS general requirements, and detailed design and submittal processes. The project emphasizes sustainability, energy security, and compliance with various building codes and standards. The overall project completion timeframe is 1095 calendar days, with specific phases for design, pre-construction, independent construction NTPs, and closeout. Security clearances, quality control, noise management, and waste diversion plans are also critical components.
    The federal government's GSA is seeking a contractor for a Design-Build project (Sol. Ref. No. 47PE0325R0007) to replace roofs, upgrade electrical distribution systems, and replace the fire alarm system at the IRS Customer Service Center in Memphis, TN. The project involves replacing approximately 618,000 square feet of roofing with a 20-year leak-free warranty, replacing 26 Westinghouse POW-R-100 Circuit Breakers with a 1-year warranty, and installing a new UL-certified fire alarm system. The contract specifies a performance period of 810 calendar days for substantial completion and 60 additional days for contract completion, with liquidated damages of $184 per day for delays. Pricing will be based on a detailed breakdown by work type and cost elements. The contractor must comply with various federal acquisition regulations (FAR, GSAR), including Buy American requirements, supply chain security, biobased product reporting, and personal identity verification. Strict requirements for safeguarding Controlled Unclassified Information (CUI) building information, insurance, and security clearances are also outlined.
    The GSA Solicitation No.47PE0325R0007 outlines a Design Build Contract for the IRS Customer Service Center in Memphis, TN, focusing on replacing roofs, the fire alarm system, and circuit breakers. The estimated price range for this project is between $20 Million and $25 Million. Proposals are due by February 2, 2026, at 4:00 p.m. local time, and must include a price proposal, technical proposal, representations and certifications, bid bond, subcontracting plan, and GSA Form 527. Key evaluation factors include prior experience and past performance on similar projects (minimum of three projects over $20M completed within 10 years), project management approach, and qualifications of key personnel (minimum 10 years experience) and certified subcontractors. The solicitation also details provisions for bid guarantees, Buy American Act requirements, and the INFORM process for post-award feedback.
    The Past Performance Reference Questionnaire (Solicitation Number 47PE0325R0007) is a crucial document for contractors preparing proposals for the General Services Administration. It requests references to evaluate a contractor's past performance for specific services. The questionnaire, due by December 5, 2025, at 2:00 PM EST, requires detailed information on contract history, including contract value, period of performance, and a brief description of services provided. References are asked to rate contractors on performance, timeliness, quality of workmanship, and overall performance using a defined scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, N/A). The document emphasizes the importance of explanatory narratives for each rating. It also provides contact information for alternate points of contact if the primary reference is unavailable for verification.
    This document is a solicitation for construction, alteration, or repair work, specifically for the IRS Customer Service Center Replacement of Roofs, Fire System, and Circuits Project in Memphis, TN. It details a Firm Fixed Price contract for construction and tenant improvements, with a performance period from November 30, 2024, to November 30, 2026. Key information includes the solicitation number 47PE0325R0007, the issuing office (PBS Office of Acquisition Management/Capital Project Acquisition Delivery Division), and contact information for Joseph Ardoin. The solicitation outlines requirements for performance and payment bonds, a mandatory performance period, and acceptance terms for offers. It also includes wage determinations and specifies that offers are due by February 2, 2026, at 4:00 PM (EST). The project involves construction, tenant improvement, and design services, emphasizing the maintenance of office buildings.
    General Decision Number TN20250200, effective June 6, 2025, supersedes TN20240200 and outlines prevailing wage rates for building construction projects in Fayette and Shelby Counties, Tennessee. This determination applies to projects excluding single-family homes and apartments up to four stories. It highlights minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts on or after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The document lists various craft classifications with their respective wage and fringe benefit rates, such as Asbestos Worker/Heat & Frost Insulator ($38.17 + $18.82 fringes) and Electrician ($34.90 + $15.90 fringes). It also includes information on Executive Order 13706 for paid sick leave for federal contractors. The document details the appeals process for wage determinations and explains different rate identifiers (Union, Union Average, Survey, and State Adopted).
    Similar Opportunities
    North Calais IA Land Point of Entry Roof Replacement
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for a roof replacement project at the Calais IA Land Port of Entry (LPOE) in Calais, Maine, following severe wind damage to the existing TPO roof. The project entails the complete removal of the damaged roofing materials, including parapet wall components, TPO membrane, Dens Deck, and insulation panels, while ensuring the building remains operational during the process. This procurement is crucial for maintaining the integrity and functionality of the commercial building, with an emphasis on improving drainage and preventing water ponding through the installation of new insulation and roofing materials. Interested firms must be registered in SAM.gov and are encouraged to contact Joseph Spado III at joseph.spado@gsa.gov or 347-225-1193 for further details, as the project is set aside for small businesses and is expected to commence with a site walk once the solicitation is open.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. The objective is to redesign and install a new fire alarm system that complies with NFPA codes, replacing the existing obsolete system, with a contract period of performance set at 180 calendar days from the notice to proceed. This project is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by January 13, 2026, at 2:00 PM PST, and can direct inquiries to Joshua VanSkike at joshua.vanskike@ihs.gov or by phone at 240-485-7526.
    RMO22923 - RAY Cold weather event
    General Services Administration
    The General Services Administration (GSA) is seeking to procure urgent repair services for the Robert A. Young Federal Building in St. Louis, MO, following extensive damage from a severe cold weather event. The procurement, valued at approximately $1,800,000, is justified under FAR 6.302-2 due to "Unusual and Compelling Urgency," necessitating immediate action to address critical repairs, including fire sprinkler piping and removal of damaged finishes. Hof Construction Inc., already on-site and familiar with the building's systems, has been selected for this sole-source contract, with plans for future market research to address any non-emergency requirements related to the disaster aftermath. Interested parties can contact Erica Hoffman at erica.hoffman@gsa.gov or April Whitehead at April.Whitehead@gsa.gov for further information.
    General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 2TN0427
    General Services Administration
    The General Services Administration (GSA) is seeking to lease 11,389 ABOA square feet of office space in Knoxville, Tennessee, for a federal law enforcement agency. The lease will span a full term of 15 years, with a firm term of 13 years, and will require 19 reserved and secured parking spaces. The facility must be a modern, high-quality building that allows for an efficient layout with minimal obstructions, and it must include provisions for detainee transport, on-site weapon storage, and secured parking with two ingress/egress points. Interested parties must submit expressions of interest by December 30, 2025, to Ed Brennan or Sam Dyson at the GSA, with further details available through their contact emails.
    General Construction Services - Water Infiltration Remediation project -Phase II- Alexander Hamilton Custom House in New York, NY
    General Services Administration
    The General Services Administration (GSA) is seeking qualified general contractors to provide full construction services for the Water Infiltration Remediation project - Phase II at the Alexander Hamilton U.S. Customs House in New York, NY. This project involves significant historic preservation work, including façade restoration, roof replacement, window replacement, and the conservation of fine arts murals and sculptures, as part of a larger repair and alteration initiative. The anticipated contract, valued between $70 million and $80 million, will be awarded through a best value procurement method, with a projected period of performance of approximately 210 weeks, beginning with a Notice to Proceed expected in February 2027. Interested contractors must submit a Capability Statement by 3:00 PM EST on January 9, 2026, to Lisa Zalar at lisa.zalar@gsa.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    Y1DA--519-24-400-NRM Install Fire Alarm Bldg. 25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting offers for a construction project to install a new fire alarm system in Building 25 at the West Texas VA Healthcare System in Big Spring, TX. The project involves replacing the existing Honeywell fire alarm system with a Siemens system, ensuring compatibility with the existing infrastructure and adherence to various safety codes and standards. This upgrade is crucial for maintaining a reliable fire safety system across the campus, with a contract set aside for 100% Service-Disabled Veteran Owned Small Businesses (SDVOSB). Quotes are due by January 2, 2026, at 10:00 AM CST, and interested contractors should submit their proposals electronically to Eileen.Myers@va.gov, with the estimated contract value between $250,000 and $500,000.
    3DC0687 - General Services Administration Seeks to lease the following:
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Washington, DC, under project number 3DC0687. The agency requires a minimum of 19,212 square feet and a maximum of 21,133 square feet of space that meets specific government standards for fire safety, accessibility, seismic, and sustainability. This procurement is crucial as the U.S. Government is looking to relocate from its current office space due to an expiring lease, and it will consider the economic advantages of alternative spaces. Interested parties must submit expressions of interest by January 16, 2026, with occupancy anticipated in April 2026. For further inquiries, contact Jason R. Adams at jason.adams@gsa.gov or 202-870-7156.
    National Deep Energy Retrofit Round 5 (NDER 5) Energy Savings Performance Contract (ESPC) LA-TX
    General Services Administration
    The General Services Administration (GSA) is seeking contractors to support the National Deep Energy Retrofit Round 5 (NDER 5) Energy Savings Performance Contract (ESPC) for energy audit and related construction services at multiple locations in Louisiana and Texas. The objective of this procurement is to implement Energy Conservation Measures (ECMs) aimed at reducing energy and water usage, aligning with the government's commitment to meet the requirements of Executive Order 13834 and the Energy Independence and Security Act of 2007 (EISA 2007). This initiative is part of a broader effort to enhance energy efficiency within federal facilities. Interested parties can contact Terri Marshall at terri.marshall@gsa.gov or call 817-850-5529 for further details regarding this opportunity.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified contractor for the inspection, testing, and repair of electrical breakers and protective relays at its Washington, D.C. campus, which spans 1.5 million square feet. The contractor will be responsible for periodic testing of critical electrical equipment in accordance with NETA MTS 2023 standards, ensuring safe operations and compliance with safety regulations, including NFPA and OSHA requirements. This procurement is crucial for maintaining the reliability of electrical systems and protecting personnel, with work expected to be completed within 14 weeks from the award date. Proposals are due by December 31, 2025, at 5 PM EST, and interested parties should contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov for further information.
    Other Than Full & Open Competition 208-212 S State Street Emergency Demolition
    General Services Administration
    The General Services Administration (GSA) is seeking a qualified design-build firm for emergency demolition services at 208-212 South State Street in Chicago, Illinois, due to imminent structural failure posing a threat to public safety. The project involves temporary facade bracing, design services for demolition, and subsequent construction to safely demolish the building and protect adjacent properties in a historic district. The estimated cost for these design-build services is approximately $2,006,884.00, with the urgency of the situation justifying a sole-source procurement under FAR 6.302-2. Interested parties can contact Jennifer Styzek at jennifer.styzek@gsa.gov for further details.