The government contract opportunities enclosed with this email are provided to you by the Maryland APEX Accelerator. If you would like to add or delete search criteria to your custom profile you may contact the Office Coordinator at: Tel: (301) 405-6550 or Email: ptapadmn@umd.edu.



GENERAL SERVICES ADMINISTRATION, PUBLIC BUILDINGS SERVICE, PBS R3 ACQ MGMT DIV SOUTH, ACQUISITION MGMT DIVISION SOUTH, PHILADELPHIA PA 19106


Z -- Multiple Award General Construction Services IDIQ Contract with Design Build Capabilities for PA NJ DE - Amendment 0003 SOL 47PD0225R0026 POC Erin Watson, erin.watson@gsa.gov Jennifer Silkensen, jennifer.silkensen@gsa.govAmendment 0003 is to provide a proposal due date extension. The proposal due date and time is hereby extended, from 06/09/2025 at 5:00 PM Eastern Time to 6/16/2025 at 5:00 PM Eastern Time



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 2, 2025

Evaluation Process - Approximately 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/viewfor

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. Set-Aside: Total Small Business Set-Aside (FAR 19.5) URL: https://sam.gov/opp/864a3ef5c9e1491480325ce65f076ddc/view

OutreachSystems Article Number: 20250606/PROCURE/0445
Matching keyword(s): ti:build*;