Posted: April 23, 2025, 12:28 p.m. EDT
Amendment 0001 incorporates the Pre-Proposal Conference minutes and attendees list, dated 04/10/2025. It also incorporates the first round of RFI Questions and Responses (further questions and responses will be published in a later amendment(s)). Finally, the proposal due date and time is hereby extended, from 05/02/2025 at 5:00 PM Eastern Time to 05/23/2025 at 5:00 PM Eastern Time. All other terms and conditions remain unchanged.
Procuring Agency
The General Services Administration (GSA), Mid-Atlantic Region 3, Public Building Services (PBS), Acquisition Management Division, intends to issue a Request for Proposal (RFP) for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract that provides for an indefinite quantity General Construction Services.
Description of Services
The General Contractor (GC) shall supervise, administer, perform, and contract all construction activities required to complete a project. Construction activities for the anticipated solicitation include but are not limited to commercial office construction and/or renovations/repairs, MEP (Mechanical/Electrical/Plumbing) repairs/modifications/replacement, fire sprinkler systems repairs/modification/replacement, sitework, exterior construction repair and alterations (including facades and roofs), demolition (including abatement of hazardous materials), elevator modernizations and any other construction activities the government may require.
The GC may be required to utilize the following delivery methods to deliver projects for the GSA:
1. Design/Bid/Build (DBB) Traditional
2. Design/Build (D/B)
Location of Services
The geographical location for this requirement is expected to cover the following areas:
1. Philadelphia, PA and surrounding counties (the counties of Bucks, Chester, Montgomery, Delaware, and Philadelphia);
2. New Jersey (all counties, excluding: Bergen, Passaic, Morris, Essex, Hudson, Monmouth, Middlesex, and Union), and;
3. Delaware (Entire State)
Contract Value
The Maximum Ordering Limit (MOL) for this contract vehicle is $75,000,000.00. Meaning the cumulative total for all task orders awarded to all contractors over the life of the contract (5 Years) shall not exceed $75 Million. The anticipated ordering limits are between $50,000.00 and $3,000,000.00, however, projects valued above $3,000,000.00 may be approved on a case- by-case basis by the IDIQ Contracting Officer, and projects valued below $50,000.00 may also utilize this vehicle. The typical task order is expected to be between $50,000.00 and $3,000,000.00.
Ordering Periods
ANTICIPATED IDIQ CONTRACT ORDERING PERIODS
Base Ordering Period March 3, 2026 to March 2, 2027
Option Ordering Period 1 March 3, 2027 to March 2, 2028
Option Ordering Period 2 March 3, 2028 to March 2, 2029
Option Ordering Period 3 March 3, 2029 to March 2, 2030
Option Ordering Period 4 March 3, 2030 to March 2, 2031
Option to Extend Services (FAR 52.217-8) March 3, 2031 to September 3, 2031
Competitive Procedures
This procurement will be competed utilizing full and open competition after exclusion of sources in accordance with FAR 6.2. The government intends to award no fewer than four (4) but no more than eight (8) awards. As part of this award the government has elected to reserve contracts for socioeconomic concerns in accordance with FAR 19.502-4(1) and Section 1331 of Public Law 111-240 (15 U.S.C. 644(r)).
The Government intends to reserve the following contracts for socioeconomic concerns:
1. 8(a) Participants - 1 Contract
2. Woman Owned Small Business- 1 Contract
3. HUBZone - 1 Contract
4. Services Disabled Veteran Owned - 1 Contract
A competitive proposal will be requested in accordance with FAR 15 Contracting by Negotiations.
Selection Procedures
The award will be made utilizing the tradeoff process prescribed in FAR 15.101-1. The objective of the Source Selection Process is to select the proposals that represent the best value to the Government. The award will be made to the responsible Offerors whose proposals conform to the solicitation and offers the best value to the Government, considering the price and non-price factors. For this procurement, the technical factors will be significantly more important than price (FAR 15.101-1, Trade Offs). The technical factors will include:
1. Prior Experience on Relevant Projects
2. Management Plan
3. Key Personnel
4. Past Performance
5. Socioeconomic Status
6. Bonding Capacity
Procurement Schedule
Issue Request for Proposal - April 2, 2025
Proposal Due Date - May 23, 2025 (previously May 2, 2025)
Evaluation Process - Approximately May 23, 2025 through August 15, 2025 (previously May 15, 2025 through August 15, 2025)
Award Date - On or about December 30, 2025
NAICS Code and Small Business Standard
The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $45.0 million.
Pre-Proposal Conference for Prime Contractors
A pre-proposal conference will be held via video conference for Prime Contractors interested in proposing on this solicitation.
DATE: Thursday, April 10, 2025
TIME: 1:00PM EST
GOOGLE MEET LINK
meet.google.com/mvk-wgkz-fgg
Or dial: (US) +1 413-438-4113 PIN: 638 528 747 #
It is requested that interested vendors complete the Google Form prior to joining the conference. Copy and Paste Link below in your internet browser.
https://docs.google.com/forms/d/e/1FAIpQLSdnEugJWH52V-gg9mcUt_e9JYpjEq6u96hcgZKGUpe9AgIr8A/viewform
It is requested that no more than 2 representatives per vendor join the teleconference to allow as many vendors to join as possible.
Request for Information
All inquiries concerning the project shall be directed to the following email addresses jennifer.silkensen@gsa.gov and erin.watson@gsa.gov. Further instructions will be provided in the solicitation section 201. Offerors shall use the attached Request for Information Log when submitting any Request for Clarification or Interpretation. Failure to use the Request for Information Log may result in no response to the request.
Posted: April 23, 2025, 12:19 p.m. EDT
Posted: April 15, 2025, 4:29 p.m. EDT
Posted: April 3, 2025, 11:51 a.m. EDT
Posted: April 2, 2025, 3:20 p.m. EDT
Posted: April 2, 2025, 10:10 a.m. EDT
Background
The General Services Administration (GSA), Mid-Atlantic Region 3, Public Building Services (PBS), Acquisition Management Division, intends to issue a Request for Proposal (RFP) for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract that provides for an indefinite quantity of General Construction Services.
The goal of this contract is to support the GSA's mission by providing necessary construction services across various projects in the specified regions.
Work Details
The General Contractor (GC) shall supervise, administer, perform, and contract all construction activities required to complete a project. Construction activities include but are not limited to:
- commercial office construction and/or renovations/repairs;
- MEP (Mechanical/Electrical/Plumbing) repairs/modifications/replacement;
- fire sprinkler systems repairs/modification/replacement;
- sitework;
- exterior construction repair and alterations (including facades and roofs);
- demolition (including abatement of hazardous materials);
- elevator modernizations;
- and any other construction activities as required by the government.
The GC may utilize delivery methods such as Design/Bid/Build (DBB) Traditional and Design/Build (D/B).
Period of Performance
The anticipated IDIQ contract ordering periods include a Base Ordering Period from March 3, 2026 to March 2, 2027, followed by four Option Ordering Periods extending through March 2, 2031, with an option to extend services until September 3, 2031.
Place of Performance
The geographical locations for this requirement include Philadelphia, PA and surrounding counties (Bucks, Chester, Montgomery, Delaware), New Jersey (all counties excluding Bergen, Passaic, Morris, Essex, Hudson, Monmouth, Middlesex, Union), and the entire state of Delaware.