National Support Services Contract (NSSC) Architect-Engineering and Related Support Services
ID: 2032H8-25-R-00015Type: Presolicitation
Overview

Buyer

TREASURY, DEPARTMENT OF THEINTERNAL REVENUE SERVICEOPERATION SERVICESGlenarden, MD, 20706, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified 8(a) certified contractors to provide consolidated facility management services at the Brookhaven Service Center in Holtsville, New York. The contract encompasses a range of services including facility management, operation, preventive maintenance, pest control, custodial services, snow removal, and repair services for buildings, grounds, and utilities, with a focus on ensuring facility reliability and minimizing operational impacts on IRS missions. This opportunity is critical for maintaining the efficiency and safety of IRS operations, with a performance period from April 2026 to March 2031, and an option for extension. Interested firms must submit a tailored capability statement and non-binding pricing information by November 13, 2025, to Tamela Lewis at tamela.t.lewis@irs.gov, as the IRS evaluates whether to proceed with a Competitive 8(a) Set-Aside or Full and Open Competition.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Similar Opportunities
    Correspondence Production Service Printer Refresh
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking information from small businesses regarding their capabilities to provide a printer refresh for the Correspondence Production Service (CPS) Branch. The project involves the acquisition of one Ricoh VC4000 high-speed continuous feed monochrome inkjet printer and four Ricoh Pro 8410 cut-sheet printers, along with associated services such as installation, configuration, testing, and training across three sites: Detroit, MI, Bloomington, IL, and Ogden, UT. This initiative is crucial for managing increased taxpayer correspondence efficiently, with a firm fixed price contract anticipated for a 12-month base period. Interested vendors must submit their responses, including a capabilities statement, by December 10, 2025, to Tonitta Jones at tonitta.l.jones@irs.gov.
    CI-Medical
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service's Criminal Investigation division, is soliciting proposals for a Firm-Fixed Price, Four-Year Indefinite Delivery Indefinite Quantity Contract for medical services. The contract aims to provide comprehensive medical evaluations and screenings for special agents, including applicant screenings, annual incumbent screenings, fitness-for-duty exams, immunizations, and breath alcohol testing, with a focus on adhering to IRS data safeguarding protocols. This procurement is critical for ensuring the health and fitness of law enforcement personnel, with the contract expected to run from October 1, 2025, to September 30, 2030. Interested contractors should contact Diana Vitenko at diana.vitenko2@irs.gov or 510-907-5083 for further details, as proposals will be evaluated based on a best-value trade-off approach emphasizing technical and management capabilities.
    Inflation Reduction Act (IRA) Digitalization Transformation (DT) SupportEnergy Security PMO
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking contractor support services for the development and implementation of an Energy Security Program as mandated by the Inflation Reduction Act (IRA). This initiative aims to create an enterprise-wide solution to manage the administration, eligibility determination, tracking, reconciliation, and distribution of approximately 15 energy credits, with urgent requirements impacting the 2023 Filing Season. The selected contractor will play a crucial role in ensuring compliance with legislative mandates, with initial support needed by March 1, 2023. Interested parties can contact Shantice Wright at shantice.m.wright@irs.gov or (240) 613-2500 for further details.
    IRS Memphis, TN Design/Build Replacement of Roofs, Electrical Breakers and Fire Alarm System Construction Project
    Buyer not available
    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.
    Facility Investment Services for 99th Readiness Division (RD), Region 4A
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services (FIS) for the 99th Readiness Division (RD), Region 4A. The procurement aims to identify contractors capable of performing Preventive Maintenance (PM) and Corrective Maintenance (CM) for various infrastructure sustainment, restoration, and modernization tasks across Western New York and Northwestern Pennsylvania. This initiative is crucial for maintaining the operational readiness of facilities, ensuring they remain in good working order through necessary maintenance and repair activities. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, with inquiries directed to either Tiffany or Cherita Williams at the provided contact details.
    Facilities Maintenance and Management Services
    Buyer not available
    The Department of Energy is seeking qualified contractors to provide Facilities Maintenance and Management Services at its Headquarters Complexes located in Washington, DC, and Germantown, MD. The procurement encompasses a range of services including recurring work and preventative maintenance, daily operations management, limited Energy Management Control System (EMCS) operations, service calls, safety and fire outage management, work control permit management, and hazardous materials management. These services are crucial for ensuring the efficient operation and safety of the facilities, which support the Department's mission. Interested parties can contact Dremayne T. Doyle at dremayne.doyle@hq.doe.gov or by phone at 240-220-1498 for further details.
    Brand name - Ricoh Programming Services Hardware and Software Maintenance services to enhance the Notice Delivery System’s (NDS) Tax Correspondence Delivery Tracking (TCDT2)
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking to procure brand name Ricoh programming services for hardware and software maintenance to enhance the Notice Delivery System’s (NDS) Tax Correspondence Delivery Tracking (TCDT2). The objective of this procurement is to ensure the effective operation and administration of the NDS application, which is critical for the IRS's system-generated taxpayer mail production. This service is vital for maintaining the integrity and efficiency of IRS correspondence production services. Interested vendors can reach out to Vincent J. Hill at Vincent.J.Hill@irs.gov or by phone at 240-613-2098, or Tiffany Williams at tiffany.d.williams@irs.gov or 240-613-5039 for further details.
    Facilities Technology Management
    Buyer not available
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) for its Facilities Technology Management (FTM) initiative. The primary objective is to gather insights and capabilities for contractor support related to TRIRIGA operations and maintenance until its End of Life in September 2027, as well as to conduct a comprehensive system assessment to optimize the FBI's facilities technology portfolio. This assessment will evaluate existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment to recommend optimal systems and develop an agile implementation plan for transitioning away from TRIRIGA. Interested vendors are required to submit a capabilities statement by December 19, 2025, and may have the opportunity to participate in a Reverse Industry Day for select vendors. For further inquiries, interested parties can contact Tammy Clark at tjclark2@fbi.gov or Marie Agrinzoni at meagrinzoni@fbi.gov.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.