GSA Region 09 2026 Construction IDIQ Zone 4
ID: 47PK0125R0007Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R9 AMD CAPITAL PROJECTSSAN FRANCISCO, CA, 94102, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

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

    The General Services Administration (GSA) is soliciting proposals for multiple-award Indefinite Delivery-Indefinite Quantity (IDIQ) construction contracts in Zone 4 of Region 09, specifically targeting Southern California. The contracts, set aside for small businesses, will encompass a range of services including repair, alteration, and design-build for federal facilities such as courthouses and land ports of entry, with a total maximum value of $120 million across all task orders. Interested contractors must submit their proposals, including technical and price components, by January 30, 2026, via a Google Form, and are encouraged to review the detailed requirements outlined in the solicitation documents. For further inquiries, Krista M. Miller can be contacted at krista.miller@gsa.gov or by phone at 415-516-8907.

    Point(s) of Contact
    Files
    Title
    Posted
    The General Services Administration (GSA) is soliciting bids for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services in Zone 4 of the Pacific Rim Region (Southern California). This RFP, reference number 47PK0125R0007, seeks contractors to provide comprehensive repair, alteration, and design-build services for federal facilities, including courthouses and office buildings. The contract has a one-year base period with four one-year options, a maximum estimated value of $120,000,000 for all task orders, and a guaranteed minimum of $1,000 per contract. Key requirements include adherence to Buy American provisions, specific insurance coverage for task orders, and strict guidelines for handling Controlled Unclassified Information (CUI). Contractors must also comply with various FAR and GSAR clauses, including those related to supply chain security, telecommunications equipment prohibitions, biobased product reporting, and personal identity verification for personnel accessing GSA facilities.
    The document outlines a federal government Request for Proposal (RFP) for multiple-award Indefinite Delivery-Indefinite Quantity (IDIQ) construction contracts in Zone 4 of the Pacific Rim Region (Southern California). The contracts, under NAICS code 236220, involve repair, alteration, and design-build services for federal facilities like courthouses and land ports of entry. Services include architectural, mechanical, electrical, plumbing, and hazardous material abatement. The contract has a one-year base period with four one-year options, a maximum value of $120,000,000 for all task orders, and a $1,000 guaranteed minimum per contract. Key terms address pricing, contractor responsibilities (including permits and submittals), liquidated damages, and insurance requirements for task orders. It also details administrative matters like invoicing, payment terms, security clearances, and strict protocols for safeguarding and disseminating Controlled Unclassified Information (CUI). Various FAR and GSAR clauses are incorporated, notably those prohibiting certain telecommunications equipment, supply chain security risks (FASCSA orders), and American Security Drone Act-covered foreign entities.
    The General Services Administration (GSA) is soliciting bids for Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Construction, Zone 4, within the Pacific Rim Region, specifically Southern California. The project, under NAICS code 236220, involves repair and alteration (R&A) services, including design-build, for various federal facilities. Contracts will be Firm-Fixed-Price IDIQ, with one base year and four one-year options, a maximum limitation of $120,000,000 for all task orders, and a guaranteed minimum of $1,000 per contract. Key requirements include contractor responsibilities, insurance, and compliance with federal acquisition regulations (FAR) and GSA acquisition regulations (GSAR), particularly regarding supply chain security, biobased products, recovered materials, and the prohibition of certain telecommunications equipment. Contractors must also adhere to strict guidelines for handling Controlled Unclassified Information (CUI).
    Amendment 04 to solicitation 47PK0125R0007, effective December 29, 2025, revises the agreement, solicitation, and SF 1442, and establishes a new proposal due date. It also addresses various questions regarding submission requirements for government contracts. Key clarifications include: Offerors can submit previously used Past Performance Questionnaires (PPQs) from other federal agencies if substantially similar to GSA’s, but cannot merely incorporate them by reference or submit CPARs instead. Work performed as an employee for a former employer cannot be submitted as past performance for a new employer. GSA Form 527 must be submitted via Google Form, not directly to the Contracting Officer. All sections of GSA Form 527 must be completed, and three years of audited/internal financial statements are required, including in-house statements for the first two quarters of 2025. For Section VII of GSA Form 527, only Public Building Service contracts should be listed.
    This document, Amendment 02 to Solicitation 47PK0125R0007, addresses numerous questions and clarifications regarding a federal government Request for Proposal (RFP) for Construction 2026 IDIQs Region 09. Key topics include submission requirements for past experience and performance, the acceptance of CPARS reports, evaluation criteria, and various administrative and technical specifications. The amendment extends the proposal due date to November 19, 2025, at 3 PM PST. It clarifies that proposals must be submitted via Google Form, with specific documents uploaded as PDFs and other information directly entered. The document details the structure for submitting five past experience projects, each as a separate PDF, and up to four Past Performance Questionnaires (PPQs), which are weighted in the scoring system. It also confirms that CPARS reports are accepted for Performance Recognition Documents but not in lieu of PPQs. Other clarifications cover bonding rates, task order value ranges, insurance requirements, and the handling of Controlled Unclassified Information (CUI).
    This government file, Amendment 01, addresses numerous questions from potential offerors regarding a solicitation for construction contracts across multiple zones. Key clarifications include: allowing the use of the same past experience projects for different zones if one project per zone was performed in that geographic area; requiring separate GSA Forms 527 and Representations and Certifications for each joint venture member and the joint venture itself; confirming offerors must submit exactly five projects for Factor 1: Past Experience, with each project assigned to only one of eight categories, and the maximum categories for which projects may be submitted is five; clarifying the distinction between category set-asides and socio-economic set-asides; detailing the required submission format for past experience narratives and financial information; emphasizing that CPARS reports are not accepted in lieu of Past Performance Questionnaires (PPQs) but are accepted for Performance Recognition Documents; confirming the requirement to submit four PPQs and five Performance Recognition Documents; and stating that "substantially complete" refers to when the contracting entity takes possession of the construction space for its intended purpose. The amendment also specifies that a teaming or subcontracting arrangement at task-order award does not satisfy the requirement for an existing, completed project within the geographic zone at the proposal stage.
    This document, Amendment 03 to solicitation 47PK0125R0007, indefinitely suspends the procurement due to a Government shutdown. It states that the sam.gov announcement is inactive, the Google Form is closed, and no questions will be accepted via any method during this period. A future announcement will be made on sam.gov via another amendment once the shutdown concludes. The document also includes a Standard Form 30, which details instructions for acknowledging amendments, modifying contracts, and providing accounting and appropriation data. It specifies how offers must acknowledge amendments, the requirements for changes to submitted offers, and outlines various types of contract modifications. The form emphasizes that all other terms and conditions of the original document remain in full force and effect.
    The U.S. General Services Administration (GSA) has implemented GSA Affiliated Customer Accounts (GACA) to facilitate secure collaboration in Google Drive and Google Sites with government customers and business partners who do not use Google in their workplace. GACA accounts are not for GSA employees or contractors. These accounts ensure data security through FIPS 140-2 compliance and TLS 1.2 encryption. To create a GACA, users must create a Gmail account with a specific username format (GSA.firstname.lastname@gmail.com) and set up 2-Step Verification. GSA IT Security Staff continuously monitors shared files for compliance.
    The GSA Form 527, "Contractor's Qualifications and Financial Information," is a comprehensive document designed to collect essential data from contractors applying for federal government contracts, grants, and RFPs. It gathers general information, including organizational type, taxpayer ID, and business details. The form also investigates government financial aid, indebtedness, and delinquency on federal debts. A significant portion focuses on financial statements, requiring detailed balance sheets, income statements, and information on banking, finance companies, and principal suppliers. The document also collects data on construction/service contracts in force and the largest completed jobs, along with surety bond information. This form helps the U.S. General Services Administration assess a contractor's financial responsibility and qualifications.
    The PBS Past Performance Questionnaire is a government document designed for evaluating contractor performance on federal, state, and local projects. It consists of sections for contractor/offeror information, general work details (prime/subcontractor, project percentage), contract specifics (number, type, title, dates, prices), and a project description focusing on complexity and relevance. The questionnaire provides clear rating definitions (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) for clients to assess performance across various categories. These categories include quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, safety/security, and general compliance. Clients are also asked about sustainability, whether they would rehire the firm, and are provided a comments section for detailed feedback. The document instructs clients to submit the completed questionnaire directly to the offeror for inclusion in their proposal to PBS, emphasizing the government's right to verify all provided information.
    The government solicitation, Sol. No. 47PK0125R0007, details a Small Business set-aside for Region 09 Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Construction, Zone 4 (Southern CA). Proposals are due by November 12, 2025, 3:00 PM PST, and must be submitted via a Google Form. The contract is a Firm-Fixed-Price type with a one-year base period and four one-year options. Evaluation will focus on technical proposals (200 points total for Past Experience and Past Performance) and fair/reasonable pricing, with technical qualifications weighted significantly more. The government anticipates awarding 10-20 IDIQ contracts per Zone, with specific socioeconomic set-asides for HubZone, Women-Owned, Service-Disabled Veteran Owned, and 8(a) Small Businesses. Joint venture offerors have specific submission requirements. Protests should be served on the Contracting Officer, Krista Miller, at krista.miller@gsa.gov.
    The government solicitation, Sol. No. 47PK0125R0007, seeks proposals for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts for Region 09, Zone 4 (Southern California). Set aside for small businesses, the contracts will be firm-fixed-price with a base year and four one-year options, totaling a potential five-year performance period. Proposals must be submitted via Google Form by November 12, 2025, 3:00 p.m. PST, and require both price and technical components. Technical proposals are evaluated on Past Experience (Factor 1) and Past Performance (Factor 2), each worth up to 100 points. The government aims to award 10 to 20 contracts per Zone to the highest technically rated proposals with fair and reasonable pricing, prioritizing socio-economic small business categories like HubZone, WOSB, SDVOSB, and 8(a). Offerors must submit five past projects and up to four Past Performance Questionnaires (PPQs) to demonstrate qualifications.
    The General Services Administration (GSA) is soliciting proposals for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction in Region 09, specifically Zone 4 (Southern California). This solicitation is set aside for Small Businesses and aims to award 10-20 contracts per Zone to the highest technically rated offerors with fair and reasonable pricing. Proposals, due by November 19, 2025, must be submitted via a Google Form and include a Price Proposal, Technical Proposal (Past Experience and Past Performance), and financial information. The technical evaluation (200 points total) heavily weights past experience in categories like Mechanical, Electrical, and Design-Build, and past performance based on client questionnaires and recognition. The contract will be a Firm-Fixed-Price type, with a one-year base period and four one-year options. The GSA intends to award contracts without discussions, but reserves the right to conduct them if necessary. Socioeconomic set-asides are targeted for HubZone, Women-Owned, Service-Disabled Veteran-Owned, and 8(a) Small Businesses.
    This solicitation, 47PK0125R0007, is set aside for Small Businesses for multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction in Region 09, Zone 4. Proposals are due by January 30, 2026, and must be submitted via a Google Form, consisting of price and technical proposals, representations, certifications, and financial information. Offerors must provide pricing for profit, overhead, and bond percentages, and submit separate proposals for each geographic zone. Technical proposals are evaluated on past experience (Factor 1, 100 points), focusing on five diverse projects across categories like Mechanical, Electrical, Plumbing, Design-Build, and Historic Preservation, with specific scoring criteria. Past performance (Factor 2, 100 points) is assessed through up to four Past Performance Questionnaires (PPQs) and five performance recognition documents, with points deducted for negative performance. Joint venture offers require a fully executed agreement and submissions for each member. The solicitation includes various FAR/GSAR provisions, notably those on Buy American requirements, which mandate the use of domestic construction materials unless specific exceptions apply. Krista Miller (krista.miller@gsa.gov) is the authorized GSA representative.
    The GSA Solicitation Nos. 47PK0125R0004-7 outline offeror representations and certifications, incorporating various FAR clauses with February 2025 deviations. Key aspects include NAICS code 236220 for Commercial and Institutional Building Construction, a small business size standard of $45 million, and specific size standards for non-manufacturers. The document details requirements for System for Award Management (SAM) registration, including the option to use electronic certifications. It also lists applicable FAR clauses covering areas such as independent price determination, payments to influence federal transactions, taxpayer identification, women-owned businesses, covered telecommunications equipment, responsibility matters, and prohibitions on contracting with entities involved in certain activities. Important notices address deviations from FAR subparts related to equal opportunity and employment of workers with disabilities, and clarify that SAM may still display outdated representations for greenhouse gas emissions. Additionally, the solicitations emphasize compliance with regulations concerning telecommunications and video surveillance equipment, Federal Acquisition Supply Chain Security Act (FASCSA) orders, and certifications regarding violations of arms control treaties.
    This document is a Standard Form 1442, "Solicitation, Offer, and Award" for construction, alteration, or repair work, specifically a Request for Proposal (RFP) issued by the GSA, PBS, Acquisition Management Division. The solicitation number is 47PK0125R0007, issued on October 24, 2025, with offers due by 3 PM Pacific Time on November 19, 2025. The project requires performance to begin within 10 calendar days of award and be completed within 365 calendar days of receiving notice to proceed. Performance and payment bonds are required. Offers must remain open for 90 calendar days for Government acceptance.
    This document is a Standard Form 1442, “SOLICITATION, OFFER, AND AWARD” for construction, alteration, or repair work, specifically a Request for Proposal (RFP) identified by solicitation number 47PK0125R0007. Issued by GSA, PBS, Acquisition Management Division, for the Projects Br. - Capital Section, 9PQPC, this RFP outlines the requirements for contractors. The government mandates performance within 365 calendar days after receiving a notice to proceed. Offerors must submit proposals by 3 PM Pacific Time on November 12, 2025, and their offers must remain valid for 90 calendar days. Performance and payment bonds are required, and the solicitation references an agreement dated September 29, 2025, and all its attachments. The document details sections for the offeror to complete, including pricing, acknowledgments of amendments, and contact information, culminating in the government's acceptance and award of the contract.
    The Standard Form 1442 is a solicitation, offer, and award form for construction, alteration, or repair projects. It outlines requirements for submitting offers, including deadlines, bond requirements, and acceptance terms. Key details such as the solicitation number, project number, and issuing office are specified. The form details the government's requirements for work performance and the contractor's agreement to execute the work according to the solicitation's terms. It also includes sections for acknowledging amendments and for the final award of the contract, specifying the items accepted and the total amount.
    The "2026 Construction IDIQ Zone 4 Southern California Contract Price Form" (Solicitation No. 47PK0125R0007) is a crucial document for federal government RFPs, requiring offerors to submit proposed rates for overhead, profit, and bond by September 29, 2025. These rates, once accepted, will be the maximum applied to all task orders and modifications throughout the contract's life. By signing and submitting this form and SF 1442, offerors agree to be bound by these rates for any resulting IDIQ contracts and task orders, ensuring the prices remain valid for at least 90 days from the proposal due date. The signer must be authorized to act on behalf of the Offeror, emphasizing the legal commitment involved in federal contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    GSA Region 09 2026 Construction IDIQ Zone 2
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the 2026 Construction Indefinite Delivery Indefinite Quantity (IDIQ) contract for Zone 2 in Region 09, which encompasses Northern California and parts of Nevada. This procurement is set aside for small businesses and aims to provide a range of construction services, including repair, alteration, and design-build capabilities, with an estimated maximum value of $160 million across all task orders. The selected contractors will be responsible for various construction projects, emphasizing technical proficiency and past performance in relevant categories such as mechanical, electrical, and plumbing work. Proposals must be submitted via a Google Form by January 30, 2026, and interested parties can contact Krista M. Miller at krista.miller@gsa.gov or 415-516-8907 for further information.
    GSA Region 09 2026 Construction IDIQ Zone 3
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for multiple-award Indefinite Delivery-Indefinite Quantity (IDIQ) construction contracts in Region 09, Zone 3, specifically set aside for small businesses. These firm-fixed-price contracts will cover repair and alteration services, including design-build for various federal facilities, with an estimated maximum value of $50 million for all task orders, typically ranging from $100,000 to $5 million. Contractors will be responsible for providing management, labor, materials, and equipment while adhering to specific contract provisions and compliance requirements. Proposals are due by January 30, 2026, and interested parties should contact Krista M. Miller at krista.miller@gsa.gov or 415-516-8907 for further information.
    GSA Leasing Support Services Max (GLS Max)
    General Services Administration
    The General Services Administration (GSA) is seeking contractors for the GSA Leasing Support Services Max (GLS Max) contract, which will provide leasing support services to assist in the acquisition of leasehold interests and related real estate services for federal tenants. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a base year and four option years, focusing on lease acquisitions, post-award services, lease renewals, and lease extensions, with compensation derived from negotiated real estate commissions paid by building owners rather than direct payments from GSA. This procurement is crucial for ensuring effective lease management and support for GSA's operations, with proposals due by 4:00 PM (Eastern Time) on May 5, 2025, and an estimated contract award value of at least $50,000 per awardee. Interested parties can contact Felipe P. Jolles at felipe.jolles@gsa.gov or Christine Allen at christine.allen1@gsa.gov for further information.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full section reconstruction, utility relocation, and traffic control measures to ensure minimal disruption to port operations. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    Fresno CA, IRS Cafe Freezer Compressor Replacement
    General Services Administration
    The General Services Administration (GSA) is soliciting bids for the replacement of the compressor for a cafeteria walk-in freezer located at 1325 Broadway St, Fresno, CA. This project, identified as 47PD5526R0010, requires completion within 90 calendar days from the Notice to Proceed and emphasizes adherence to prevailing wage rates and GSA building security requirements. A mandatory site visit is scheduled for January 14, 2026, at 11:00 AM PST, with proposals due by January 26, 2026, at 4:00 PM PST, requiring submission in PDF format along with a signed SF1449 and detailed pricing. Interested contractors should direct inquiries to Amber Martinez at amber.martinez@gsa.gov or (602) 821-6893.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    2CA1706 Redacted JOTFOC
    General Services Administration
    The General Services Administration (GSA) is seeking to finalize a lease amendment for office space in San Diego, California, under the title "2CA1706 Redacted JOTFOC." This procurement involves a Justification for Other Than Full and Open Competition (JOFOC) for a lease extension of 18 months, with a 12-month firm period. The leased office space is critical for the GSA's operations, ensuring continued service delivery in the region. Interested parties can reach out to Maria Dent at maria.dent@gsa.gov for further details regarding this opportunity.
    Redacted J&A
    General Services Administration
    The General Services Administration (GSA) is seeking contractors to provide full elevator maintenance, repair, and replacement services for vertical transportation equipment at the location of 350 West First Street, Los Angeles, CA 90012-3100. The procurement aims to ensure the operational efficiency and safety of the elevators and related equipment at this facility, which is critical for maintaining accessibility and functionality within the building. Interested parties can reach out to Kristofer-Rey Tolfo at kristofer-rey.tolfo@gsa.gov or by phone at 949-291-1932 for further details regarding the opportunity. The specific funding amount and key deadlines have not been disclosed in the available information.