PBGC - Pre-Solicitation Notice - Real Estate Investment Trust (REIT) Management Services
ID: DRAFT26R0001Type: Presolicitation
Overview

Buyer

PENSION BENEFIT GUARANTY CORPORATIONPENSION BENEFIT GUARANTY CORPORATIONPENSION BENEFIT GUARANTY CORPWASHINGTON, DC, 20024, USA

NAICS

Portfolio Management and Investment Advice (523940)

PSC

SUPPORT- MANAGEMENT: FINANCIAL (R710)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Pension Benefit Guaranty Corporation (PBGC) is preparing to issue a Request for Proposal (RFP) for Real Estate Investment Trust (REIT) Management Services to support its Corporate Investments Department. The primary objective is to procure investment management services for a 100% long-only REIT equity portfolio, with allocations ranging from $250 million to $500 million, aiming to achieve risk-adjusted returns that exceed the FTSE Nareit Equity REITs Index benchmark. This procurement is crucial for PBGC's mission to manage its Trust Fund assets effectively, ensuring timely pension payments and maintaining low insurance premiums. Interested parties should note that the anticipated release date for the solicitation is January 2026, and they must have an active registration in the System for Award Management (SAM) to submit proposals. For further inquiries, contact Dennis Johnson at johnson.dennis@pbgc.gov or Sierra Villanueva at villanueva.sierra@pbgc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Pension Benefit Guaranty Corporation (PBGC), a U.S. government corporation, is seeking investment management services for an active REIT equity portfolio. PBGC's mission is to encourage defined benefit pension plans, ensure timely pension payments, and maintain low insurance premiums by efficiently managing its Trust Fund assets. The requirement is to procure investment management for a 100% long-only REIT equity portfolio, with allocations ranging from $250-$500 million. The primary objective is to secure investment managers who can consistently deliver strong risk-adjusted returns exceeding the FTSE Nareit Equity REITs Index benchmark. Contractors must demonstrate a repeatable investment process, manage assets with full discretion according to PBGC policies, comply with OFAC regulations, and adhere to their investment style. They must also maintain close contact with PBGC’s Corporate Investments Department, provide rationale for investment decisions, and be registered with the SEC as an investment advisor with ERISA fiduciary responsibility. Services include a sound investment philosophy, robust risk monitoring, efficient trading systems, proxy voting, comprehensive back-office support, and a dedicated client service team. Contractors are also responsible for notifying PBGC of significant changes within 10 business days and meeting with CID staff twice a year.
    This government file outlines special contract requirements for a federal government RFP, focusing on services and contractor obligations. Key provisions include the contractor providing up to six slots in educational conferences and access to investment research and advisory services at no additional cost to PBGC. The contractor must maintain specific insurance coverage: a minimum of $10,000,000 for fidelity bond and errors and omissions coverage, and $5,000,000 for Cyber and Technology Products and Services Liability insurance, with proof provided annually. A disaster recovery plan must be in place, tested annually, and shared with PBGC. Contractors are required to immediately notify PBGC of significant operational changes, act in PBGC's best interest using industry best practices, and provide a dedicated team with specific experience. The document also addresses organizational conflicts of interest, compliance with regulatory requirements, and Section 508 accessibility standards for Electronic and Information Technology products and services.
    This government file outlines essential contract clauses and representations for federal solicitations, primarily focusing on compliance and transparency. Key clauses cover System for Award Management (SAM) registration and maintenance, Commercial and Government Entity (CAGE) Code reporting, and the incorporation of representations and certifications by reference. A significant portion addresses the prohibition on contracting for certain telecommunications and video surveillance services or equipment, detailing disclosure requirements for offerors using or providing such equipment. Additionally, the document includes provisions on responsibility matters, such as reporting delinquent tax liabilities and felony convictions, and certifications related to various business classifications (e.g., small business, veteran-owned, women-owned). Instructions for offerors cover submission requirements, acceptance periods, late submissions, and contract award procedures. Other sections address Buy American provisions, certifications regarding child labor, and taxpayer identification numbers. The overall purpose is to ensure that contractors adhere to federal regulations, maintain ethical business practices, and provide accurate representations regarding their operations and eligibility for government contracts.
    Similar Opportunities
    Rigging Services Blanket Purchase Agreement (BPA)
    Treasury, Department Of The
    The Department of the Treasury, Bureau of Engraving and Printing (BEP), is seeking qualified contractors to provide rigging services through a Blanket Purchase Agreement (BPA) for a five-year period, from April 1, 2026, to March 31, 2031. The services required include disassembly, relocation, demolition, removal, and disposal of large, heavy equipment (weighing approximately 10-35 tons) at the BEP's facilities in Washington, D.C., and Landover, Maryland. This procurement is critical for the BEP's high-priority projects that necessitate the safe handling and disposal of machinery and equipment, ensuring compliance with safety and quality standards. Interested vendors must submit their quotes by February 26, 2026, and are encouraged to attend site visits on January 26 and January 28, 2026, for which prior registration is required. For further inquiries, contact Marico Sellers at marico.sellers@bep.gov.
    RFI Peace Corps Strategic Recruiter Program
    Interior, Department Of The
    The Department of the Interior, on behalf of the Peace Corps, has issued a Request for Information (RFI) regarding its Strategic Recruiter Program, aimed at enhancing recruitment efforts by hiring Returned Peace Corps Volunteers (RPCVs) at universities. The RFI explores two options: Option A proposes a centralized contracting model where a single prime contractor would manage subcontracts with universities, while Option B seeks to maintain the current decentralized model with direct contracts between the Peace Corps and participating universities. Input is requested on the feasibility, organizational structures, cost implications, and adherence to program requirements for Option A, as well as interest and suggestions for Option B. Responses to the RFI are due by January 14, 2026, and interested parties can contact Heather Smith at heathersmith@ibc.doi.gov for further information.
    Peace Corps Strategic Recruiter Program RFI
    Interior, Department Of The
    The Department of the Interior, on behalf of the Peace Corps Office of Volunteer Recruitment and Selection, has issued a Request for Information (RFI) regarding the Peace Corps Strategic Recruiter Program. The RFI aims to gather industry feedback on two potential options for expanding the program, which currently employs Returned Peace Corps Volunteers as part-time recruiters at 26 universities, to include at least 14 additional universities. The Peace Corps is considering a centralized contracting approach with a single prime contractor managing subcontracts (Option A) or continuing with the existing decentralized model (Option B). Responses to the RFI are due by January 14, 2026, and will inform future acquisition planning. Interested parties can contact Heather Smith at heathersmith@ibc.doi.gov for further information.
    RFI Peace Corps Strategic Recruiter Program
    Interior, Department Of The
    The Department of the Interior, on behalf of the Peace Corps, has issued a Request for Information (RFI) for the Strategic Recruiter Program, identified as RFI Number 140D0426Q0083. The RFI aims to gather insights on two potential models for expanding the program: a centralized contracting approach where a single prime contractor manages subcontracts with universities, and a decentralized model that maintains direct contracts between the Peace Corps and universities. This initiative is crucial for hiring Returned Peace Corps Volunteers as part-time recruiters at universities, with the goal of expanding the program to at least 14 additional institutions while enhancing operational efficiency and consistency. Interested parties are encouraged to provide their input by the deadline of January 14, 2026, and can contact Heather Smith at heathersmith@ibc.doi.gov for further information.
    U.S. Embassy Iraq LES Global Medical Coverage (GMC) Health Insurance Services
    State, Department Of
    The Department of State is seeking qualified contractors to provide Global Medical Coverage (GMC) health insurance services for Locally Employed Staff (LES) at the U.S. Embassy in Iraq. The procurement aims to ensure comprehensive health insurance coverage, including hospitalization, emergency services, outpatient care, and specific caps for dental, optical, and hearing aid coverage, for employees working in Baghdad. This contract, identified as RFP number 19RC1126R0002, will be a firm fixed-price agreement with a base year and four one-year options, plus a six-month extension option, emphasizing the importance of compliance with local Iraqi laws and efficient claims processing. Proposals are due by February 8, 2026, at 16:00 Amman local time, and interested vendors should contact RSU Contracts at rsu-amman-contracts@state.gov for further details.
    RFI Peace Corps Strategic Recruiter Program
    Interior, Department Of The
    The Department of the Interior, on behalf of the Peace Corps, has issued a Request for Information (RFI) regarding its Strategic Recruiter Program, which aims to enhance recruitment efforts through collaboration with universities. The RFI explores two potential models: a centralized subcontracting approach where a prime contractor manages subcontracts with universities, or the continuation of the existing decentralized model where universities directly hire Returned Peace Corps Volunteers (RPCVs) as part-time recruiters. This initiative is significant as it seeks to expand the program to at least 14 additional universities, thereby increasing outreach and recruitment capabilities. Interested parties must submit their responses by January 14, 2026, including company information and answers to specific questions related to their preferred option, and can contact Heather Smith at heathersmith@ibc.doi.gov for further details.
    U006--CH36 - Personalized Career Planning & Guidance (PCPG)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a presolicitation notice for a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract focused on Personalized Career Planning and Guidance (PCPG) Services. This procurement, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), aims to assist Servicemembers, Veterans, and eligible Dependents in achieving their academic and vocational goals. The contracts will be awarded for four geographic districts—Pacific, Continental, Southeast, and Northeast—with an eight-month base period followed by four one-year option periods, ensuring a minimum guaranteed amount of $25,000 per awardee and a maximum aggregate value of $9,000,000 per awardee. Interested offerors must register on SAM.gov and verify their SDVOSB status in the SBA certification database, with the solicitation expected to be available around January 7, 2026, and responses due by February 6, 2026. For further inquiries, contact Edward Bradford at edward.bradford@va.gov or call 254-299-9807.
    Internal Audit Services
    Energy, Department Of
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is soliciting proposals for Internal Audit Services under Request for Proposal (RFP) 26-003. The objective is to ensure compliance with the Department of Energy Acquisition Regulation (DEAR) clause 970.5232-3, requiring the selected contractor to conduct annual risk assessments, develop audit plans, and execute audits in collaboration with Princeton University's Office of Audit and Compliance. This procurement is critical for maintaining operational integrity and compliance within federally funded research initiatives. Interested firms must submit their proposals by January 21, 2026, at 4:30 PM EST, and direct any inquiries to Cheryl Colan at ccolan@pppl.gov or (609) 243-3486. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a total value not exceeding $3 million over a potential five-year period.
    Privatization Management Programs (PMP) for the Air Force Housing, Enhanced Use Lease, Lodging, and Utilities (HELU) Privatization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for the Privatization Management Programs (PMP) related to Housing, Enhanced Use Lease, Lodging, and Utilities Privatization (HELU). The procurement aims to secure non-personal advisory and assistance services to support the management of over 15,000 government-owned homes across various locations, ensuring compliance with the FY24/25 Congressional National Defense Authorization Act requirements. This initiative is critical for enhancing the quality of life for service members by improving housing conditions and operational efficiency through privatization. Interested contractors must submit their capability statements by 5:00 PM Central Time on January 29, 2026, to the primary contact, Michael Grasso, at michael.grasso.3@us.af.mil, or the secondary contact, Mark Ingle, at mark.ingle.2@us.af.mil.
    ProjNet Bidder Inquiry Service Subscription
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's Baltimore District, is seeking to procure a subscription to the ProjNet Bidder Inquiry Service to enhance the management of Requests for Information (RFIs) during the solicitation period for construction project acquisitions. This service, provided exclusively by the National Institute of Building Sciences (NIBS), is crucial for facilitating communication between interested parties and the contracting office. The procurement will be structured as a Brand Name only sole source Request for Quotation (RFQ), with a base period of one year and four optional years for continued service. Interested vendors can reach out to Ms. Erica Stiner at erica.j.stiner@usace.army.mil for further details.