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
    8TN2218 - RLP Package - Nashville, TN
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the leasing of office space under Request for Lease Proposal No. 8TN2218 in Nashville, Tennessee. The procurement aims to secure between 34,000 to 35,000 ABOA square feet of fully serviced office space, with specific requirements including secure parking, fiber optic network access, and compliance with environmental, seismic, accessibility, and fire safety standards. This opportunity is critical for accommodating government operations and ensuring compliance with the Energy Independence and Security Act (EISA) and historic preservation regulations. Proposals are due by December 11, 2025, and interested parties should contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or call 202-652-4189 for further details.
    RMO22923 - RAY Cold weather event
    Buyer not available
    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
    Buyer not available
    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.
    Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade – Construction (Gallup, NM)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting proposals for the Gallup Indian Medical Center (GIMC) Fire Alarm Upgrade project located in Gallup, New Mexico. This construction project aims to redesign and install a new fire alarm system across multiple buildings within the medical center, ensuring compliance with NFPA codes and replacing an outdated system. The contract, valued between $1,000,000 and $5,000,000, is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) and has a performance period of 180 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Joshua VanSkike at joshua.vanskike@ihs.gov or by phone at 240-485-7526. Proposals must adhere to the guidelines outlined in the solicitation documents, with all relevant information available for download at the SAM website.
    Interior Renovation for the Department of State, Passport Cincinnati, Peck 2nd & 3rd Floors- Solicitation
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for general construction services related to the interior renovation of the Department of State's Passport Cincinnati office, located on the 2nd and 3rd floors of the John Weld Peck Federal Building in Cincinnati, Ohio. The project encompasses approximately 32,000 square feet and aims to create a modern, functional workspace that enhances user experience, security, accessibility, and technology integration, with a goal of achieving LEED Silver Commercial Interiors Certification. The estimated construction costs range from $5 million to $10 million, and the contract is set aside for small businesses, with proposals due by December 5, 2025, at 4:00 PM Eastern Time. Interested parties should direct inquiries to Timothy Novak at timothy.novak@gsa.gov or Gregory Oprian at gregory.oprian@gsa.gov.
    Video Surveillance System (VSS) Upgrade - Tennessee
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified small businesses to provide and install a new Video Surveillance System (VSS) at The Odell Horton Federal Building in Memphis, Tennessee. The project includes the procurement of a standalone Network Video Management System (NVMS), an NVR, UPS, 26 IP cameras, client workstations, and necessary equipment to ensure a fully functional surveillance system capable of monitoring critical areas and retaining video for a minimum of 30 days. This procurement is crucial for enhancing security measures at federal facilities and is set aside exclusively for small businesses, with a firm fixed price contract expected to be awarded based on a best value/trade-off evaluation process. Interested vendors must register with the System for Award Management (SAM) and submit inquiries to the designated contacts by December 12, 2025, with a deadline for proposals also set for that date at 5:00 PM ET.
    EM-DTOS Bldg Roof Replacement Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the EM-DTOS Building Roof Replacement Project located in Old Hickory, Tennessee. This project is a Total Small Business Set-Aside firm-fixed-price construction contract, with an estimated value between $25,000 and $100,000, aimed at replacing the roof of the EM-DTOS building, which is crucial for maintaining the facility's operational integrity. Interested contractors must be registered in SAM and are required to submit their quotes by December 12, 2025, at 2:00 PM Central Time, following a site visit scheduled for December 3, 2025. For further inquiries, potential bidders can contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana, under Solicitation No. 15BBNF26B00000003. The project entails replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a completion period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10,000,001.00 and $25,000,000.00, and bids are due by January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS Code 238160 and can contact Patrick Ford at pford@bop.gov for further information.
    National Deep Energy Retrofit Round 5 (NDER 5) Energy Savings Performance Contract (ESPC) LA-TX
    Buyer not available
    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.
    Other Than Full & Open Competition 208-212 S State Street Emergency Demolition
    Buyer not available
    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.