Source Sought SSA HQ Construction Re-Compete
ID: 28321326RS0000002Type: Sources Sought
Overview

Buyer

SOCIAL SECURITY ADMINISTRATIONSOCIAL SECURITY ADMINISTRATIONSSA OFC OF ACQUISITION GRANTSBALTIMORE, MD, 21235, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)
Timeline
    Description

    The Social Security Administration (SSA) is seeking qualified businesses to participate in a market survey for an upcoming Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for general construction services at its headquarters in Woodlawn, Maryland. The contract will encompass a wide range of construction activities, including new construction, renovation, alteration, repair, and demolition, specifically tailored to meet the SSA's stringent safety and performance requirements. This opportunity is particularly aimed at small businesses, and interested vendors are encouraged to submit capability statements detailing their relevant experience and qualifications by January 16, 2026. For further information, vendors can contact Bradley Karbeling at bradley.karbeling@ssa.gov.

    Point(s) of Contact
    Bradley Karbeling
    bradley.karbeling@ssa.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Commercial and Institutional Building Construction
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for commercial and institutional building construction services. This procurement aims to establish BPAs to facilitate the expeditious acquisition of various construction requirements in support of Naval operations, particularly in areas such as Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which will be awarded based on qualifications without a formal Request for Proposal. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
    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.
    SOURCES SOUGHT NOTICE - VISN 7 CONSTRUCTION MATOC 36C24726R0026
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, has issued a Sources Sought Notice for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Multiple Award Task Order Contract (MATOC) focused on construction services within VISN 7, which includes Alabama, Georgia, and South Carolina. This procurement aims to identify qualified SDVOSBs capable of providing a range of construction services, including demolition, renovation, and new construction, under a NAICS code of 236220, with a size standard of $45 million. The MATOC is projected to have a maximum order limitation of $700 million over five years, with individual task orders ranging from $2,000 to $20,000,000, highlighting the significant scale and importance of these services for the VA. Interested parties must respond by December 10, 2026, providing necessary company information and certifications to Elissa Goodman at elissa.goodman@va.gov.
    CBP Design-Build Construction IDIQ
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking proposals for multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts aimed at designing and constructing various CBP facilities across the United States. The scope of work includes the construction, renovation, and maintenance of facilities such as checkpoints, sector headquarters, and border patrol stations, utilizing a Design-Build delivery method to address outdated infrastructure critical for modern border security operations. The total estimated value of the IDIQ contracts is $10 billion, with a minimum order value of $10,000 per task order and a contract duration of five years from the date of award. Proposals are due by January 20, 2026, and interested parties should direct inquiries to Sai Velaga at sai.p.velaga@cbp.dhs.gov or Gary Robertson at gary.r.robertson@cbp.dhs.gov.
    Sole source extension - contract 28321317C00060003
    Social Security Administration
    The Social Security Administration (SSA) has issued a sole source extension for contract number 28321317C00060003 with Advancia Ahtna JV, LLC, aimed at providing support services for the National Records Center (NRC). This modification extends the contract's period of performance by one month, from March 29, 2023, to April 28, 2023, with a funding amount of $757,301.99, ensuring continuity of services while SSA evaluates proposals for a new contract under the Small Business Administration’s 8(a) program. The services provided are critical for the operational efficiency of the NRC, which manages vital records for the SSA. For further inquiries, interested parties can contact Andrew Argiro at andrew.argiro@ssa.gov.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    $90M Indefinite Delivery Indefinite Quantity (IDIQ), Sustainment Restoration and Modernization (SRM) Construction, Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Philadelphia District, is issuing a pre-solicitation notice for a $90 million Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Sustainment Restoration and Modernization (SRM) construction projects. This contract is set aside exclusively for small businesses and will encompass a range of Design-Build and Design-Bid-Build construction projects, including renovations, new constructions, and various minor repairs within the Philadelphia District's Area of Responsibility. The procurement process will utilize a two-phase best value methodology, with the intent to award up to five contracts based on price and technical factors, and proposals for Phase 1 are expected to be due around February 2, 2026. Interested vendors should contact Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil or call 215-656-6761 for further details and ensure they are registered in the System for Award Management (SAM) database.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking proposals from small businesses for the acquisition of Perimeter Security Assets through a Combined Synopsis/Solicitation. The procurement aims to establish multiple firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contracts to provide temporary security solutions and consultative services for National Special Security Events (NSSEs) across the Continental United States. These services include the provision and management of various assets such as vehicle barriers, fencing, tents, and generators, which are critical for ensuring security during high-profile events. Proposals are due by 11:00 AM EST on January 19, 2026, and interested parties should contact Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further information.
    Notification to the public of consolidation of contract requirements
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.