The IRS synopsis 2032H8-25-R-00015 outlines a Past Performance Questionnaire for companies responding to a request for architect-engineering design and related services. The document includes a cover letter for offerors to send to their clients, authorizing the release of past performance information. The questionnaire is to be completed by clients and submitted directly to the IRS points of contact (Tamela Lewis, Mathew Nelker, and Nicole Jackson) via email by November 10, 2025, at 2:00 P.M. EDT. The questionnaire itself requires details such as the corporation being evaluated, contract/project number, prime or subcontractor role, description of services, contract value, period of performance, and contract type. It also includes a rating scale (Excellent, Good, Satisfactory, Unsatisfactory, Neutral) for various performance aspects, including logistics, technical and management performance, responsiveness to changes, compliance with standards, quality control, issue resolution, and invoicing. The document concludes with sections for the evaluator's information and an overall recommendation.
The IRS is seeking Architect-Engineering (A-E) design and related services nationwide through an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract, designated as a Small Business Set-Aside (NAICS 541330, $25.5M). The contract, with a $35M ceiling over a base year, four option years, and a six-month extension, aims to support IRS Facilities Management and Security Services (FMSS) across various locations. Services include architectural, structural, civil, mechanical, electrical design, planning, environmental, fire protection, and interior design, complying with federal standards like ABA, ISC, IBC, Buy American Act, Davis-Bacon Act, NEPA, EPA, NFPA 101, BIM, and FISMA. The selection process involves an evaluation of SF330 submissions based on professional qualifications, specialized experience, past performance, and program management, capacity, and geographic areas. Firms must have offices in at least four specified geographic regions, submit resumes for key personnel, and demonstrate experience in multi-discipline design, federal facility projects, and BIM methodologies. Submissions are due by November 10, 2025, at 2:00 PM ET.
The Performance Work Statement (PWS) outlines consolidated facility services for the IRS Brookhaven Service Center, encompassing management, operations, preventive maintenance, pest control, custodial, snow removal, and repair services for buildings, grounds, and utilities. The contract is a firm-fixed-price for basic services, with additional services handled on an as-needed basis at fixed hourly rates or firm-fixed prices, with specific cost thresholds. Key objectives include ensuring facility reliability, minimizing operational impacts on IRS missions, and maintaining energy and water efficiency. The contractor is responsible for a comprehensive Building Operations Plan, rigorous equipment checks, water treatment programs, and adherence to environmental, health, and safety regulations, including stringent security and personnel requirements. The contract also details quality control, contingency plans, and government-furnished items.
The Internal Revenue Service (IRS) is conducting market research for Facility Support Services at its Brookhaven, NY location, seeking 8(a) certified contractors. This is a Sources Sought Notice, not a solicitation. The services include facility management, operation, preventive maintenance, pest control, custodial, snow removal, and repair services for buildings, grounds, and utilities. The period of performance is from April 2026 to March 2031, with an optional extension. Interested 8(a) firms must submit a tailored capability statement by November 13, 2025, to Tamela Lewis (tamela.t.lewis@irs.gov), including company details, UEI, business size, and GSA schedule information. The IRS also requests non-binding pricing information for planning purposes. This research will determine if the acquisition will be a Competitive 8(a) Set-Aside or Full and Open Competition. The NAICS code is 561210 with a $47M small business size standard. The current contractor is MEC Distribution, LLC.