Z -- 2025 Multiple Award IDIQ Contract for Design Build & General Construction Services - New York & New Jersey SOL 47PC0225R0015 POC Belkys H Torres Rivera, belkys.torresrivera@gsa.gov Nicholas S. Uom, nicholas.uom@gsa.gov
1. General Information
This announcement constitutes a pre-solicitation announcement of a proposed contract action pursuant to FAR 5.204. This announcement is not a solicitation. No response is requested at this time. A formal solicitation will follow this announcement with full details, including a response deadline, statement of work, Instructions to Offerors, and the Evaluation Factors/Basis for Award.
2. Acquisition Details
2.1 Scope of Work
This is a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) General Construction and Design-Build Construction Services Contract for Federally-Owned and Federally-Leased Space located within Zone 1, Zone 2, Zone 3 and Zone 4. IDIQ Contractors will be offered the opportunity to submit proposals for general construction and design-build Task Orders under this Contract as described elsewhere in this Statement of Work (SOW) and applicable Contract documents.
The Contractor shall provide professional services for the planning, design, and construction necessary to meet the requirements of the individual Task Orders. Specific requirements of individual Task Orders will be issued by Request For Proposals on a Task Order basis. Task Order services shall be provided according to the general requirements described herein, and as further described in the Task Order Request For Proposals and accompanying documents.
Disciplines and expertise that may be required to accomplish the scopes of the Task Orders include, but are not limited to: architecture, engineering (Disciplines: mechanical, electrical, plumbing, civil, structural and fire protection), vertical transportation, life safety, code compliance, security, historic preservation, estimating, construction project management and building construction services.
2.2 Place of Performance
The Zones 1, Zone 2, Zone 3 and Zone 4 are detailed below by counties.
Zone 1 - Metropolitan New York City Area (All Federal Buildings and Leased Locations located in the following Counties):
Bronx (NY), Kings (Brooklyn, NY), New York (Manhattan, NY), Queens (NY), Richmond (Staten Island, NY), Suffolk (NY), Nassau (NY), Westchester (NY), Bergen (NJ), Essex (NJ), Hudson (NJ), Middlesex (NJ), Monmouth (NJ), Morris (NJ), Passaic (NJ) and Union (NJ).
Zone 2 - Western Upstate New York (All Federal Buildings and Leased Locations located in the following New York Counties):
Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Livingston, Monroe, Niagara, Ontario, Orleans, Steuben, Wayne, Wyoming and Yates.
Zone 3 - Central Upstate New York (All Federal Buildings and Leased Locations located in the following New York Counties):
Broome, Cayuga, Chemung, Chenango, Cortland, Delaware, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Otsego, St. Lawrence, Schuyler, Seneca, Tioga and Tompkins.
Zone 4 - Eastern Upstate New York (All Federal Buildings and Leased Locations located in the following New York Counties):
Albany, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Montgomery, Orange, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Sullivan, Ulster, Warren and Washington.
2.3 Period of Performance
2.3.1 IDIQ Level
This IDIQ Contract includes a one-year Base period and four (4) One-Year Options, totaling five (5) years. The Base Year will commence upon the Notice to Proceed, with Base Year services, and end one (1) calendar year from the date specified on the Notice to Proceed. At the end of the Base Year, the Government may elect to exercise the Option for Option Year 1. At the end of each Option Year, the Government may, or may not, elect to exercise the option for the following Option Year.
After award, the Government will issue a written Notice to Proceed to the successful Contractors, who shall provide contractual services via issuance of individual task orders during the twelve-month Base Year period.
The Five-Year Contract may be extended for up to an additional six (6) months pending award of a new (succeeding) follow-on contract (see FAR 52.217-8 below). It is the intent of the Government to provide for at least thirty (30) calendar days prior notice of intent to exercise this option.
2.3.2 Task Order Level
Each Task Order awarded will state the period of performance and the amount
of calendar days allowed to complete the referenced project.
2.4 Contract Type
2.4.1 IDIQ Contract:
The Contract will be a Multiple Award IDIQ) Contract awarded on a Firm-Fixed Priced basis that will cover four (4) geographical locations: Zone 1, Zone 2, Zone 3 and Zone 4. It is anticipated that up to ten (10) Contracts will be awarded for Zone 1 and up to five (5) Contracts for each Zones 2, 3, and 4 (total of fifteen (15) Contracts). A maximum of twenty-five (25) Contracts will be awarded from this solicitation. An Offeror can submit offers for each Zone and may be awarded for one (1) or more Zones, based on its qualifications and overall ranking determined at Source Selection.
2.4.2 Task Orders:
All subsequent Task Orders will be issued during the ordering period of the Contract’s period of performance. Task orders will be issued on a firm-fixed-price basis. Task orders will be competed amongst all of the awarded IDIQ Contractors on a fair opportunity basis, unless an exception is determined to be appropriate. The value of any Task Orders issued under this Contract will have an overall award value range up to $20,000,000.00.
2.5 Contract Magnitude
Per Far 36.204, the magnitude of the entire requirement is more than $10,000,000.00.
2.6 Set-Aside Requirement
The solicitation set-aside requirements will be identified as seen below:
-This Solicitation is total set-aside for Small Businesses, in accordance with FAR 19.
-There will be up to a total of ten (10) IDIQ Awards for Zone 1 and a total of five (5) IDIQ awards for each of Zones 2, 3 and 4. A total of twenty-five (25) IDIQ awards for the entire requirement;
-There will be up to one (1) IDIQ award reserved for HubZone for each Zone, with a total of up to four (4) IDIQ awards reserved for HubZones for the entire requirement;
-There will be up to one (1) IDIQ award reserved for Service Disabled Veterans Owned Small Businesses (SDVOB) for each Zone, with a total of up to four (4) IDIQ awards reserved for SDVOSB for the entire requirement;
-There will be up to one (1) IDIQ award reserved for Women Owned Small Businesses (WOSB) for each Zone, with a total of up to four (4) IDIQ awards reserved for WOSB for the entire requirement;
-Each Offeror’s socioeconomic status will be checked in the System for Award Management on sam.gov at the time of proposal submission and at award for validation purposes in addition to providing any requested supporting documentation for its socioeconomic status requested in the solicitation. An offer will not be evaluated or considered for award if it fails to meet the Small Business size status requirements under NAICS Code 236220- Commercial and Institutional Building Construction;
-An Offeror may submit a proposal for each Zone for award consideration;
-In the event that there is an insufficient number of acceptable Offers with fair and reasonable price from a particular socioeconomic category, then the remaining numbers of IDIQ awards shall go to a Small Business concern.
2.7 Bonding Requirements
2.7.1 IDIQ Level:
Bid guarantees, performance, and payment bonds are not required at proposal submission on the IDIQ level. However, documentation proving the Offeror’s ability to successfully obtain performance and payment bonds with a minimum limit of $10,000,000.00 for single projects and $20,000,000.00 as an aggregate limit will be required.
2.7.2 Task Order Level:
The Offeror shall submit a SF-25 (performance bond) and SF-25A (payment bond) at 100% the awarded Task Order obligated value.
2.8 NAICS Code & PSC Code
2.8.1 NACIS Code
236220 - Commercial and Institutional Building with the small business size standard is $45.0 million.
2.8.2 PSC Code:
Z2AA - Repair or Alteration of Office Buildings.
2.9 Solicitation
The solicitation is anticipated to be posted on the System for Award Management website sam.gov on or about June 19, 2025.
Please note that dissemination of the solicitation, specifications and drawings is limited to electronic medium. All interested Offerors (primes & subcontractors) should register at sam.gov to ensure that others will know of a firm’s interest in participating in this procurement, and for automatic receipt of updates or amendments. An Offeror's mailing list will NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror’s responsibility to register at the sam.gov website. Offerors are responsible for monitoring the website for changes to the notice and the formal solicitation announcement.
The Government reserves the right to cancel the solicitation, either before or after the proposal opening with no obligation to the Offeror by the Government.
2.10 Solicitation Amendments
Amendments to the solicitation shall be posted on sam.gov. Paper copies of the amendment(s) WILL NOT be individually mailed. No other notification of amendment(s) shall be provided. Offerors are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers as prescribed by FAR 52.215-1 [Instruction to Offerors Competitive Acquisition], Paragraph (b) [Amendments to solicitations]. Offerors should re-visit the sam.gov website periodically for updates.
2.11 Pre-Proposal Conference
Pre-proposal conferences are anticipated and the number of conferences and their dates/times will be determined at a later date. Dates and times of the pre-proposal conferences will be issued via an amendment to the solicitation and posted on sam.gov. All interested parties are encouraged to attend the pre-proposal conference. All questions generated from the pre-proposal conferences shall be submitted in writing to the Contracting Officer, Belkys H Torres Rivera at belkys.torresrivera@gsa.gov and the Supervisory Contracting Officer, Nicholas Uom at nicholas.uom@gsa.gov.
2.12 Proposal Evaluation
This procurement is a competitive acquisition using the best value tradeoff process, resulting in up to ten (10) Contracts for Zone 1 and up to five (5) contracts for each of the Zones 2, 3 and 4, to Offerors who demonstrate the best value to the Government, considering all non-price (technical) and price factors. The evaluation factors shall be detailed in the solicitation.
2.13 Communications and Questions
-Communications and Questions on this Pre-Solicitation Notice shall include "47PC0225R0015 - R2 General Construction & Design-Build Construction Services:" in the e-mail subject line and may include a specific subject matter requirement or question after the colon punctuation mark.
-Email is the required method when receiving responses. No telephone calls will be accepted.
-Requests for Information (RFIs) shall be submitted to the points-of-contact listed in the solicitation notice by the RFI due date and time. All RFIs received after this date will not be accepted/answered. Therefore, it is important to thoroughly review the solicitation package and submit RFIs by the due date and time.
2.14 Points of Contact
-Contracting Officer:
Belkys H Torres Rivera
belkys.torresrivera@gsa.gov
?
-Supervisory Contracting Officer:
Nicholas Uom
nicholas.uom@gsa.gov
Set-Aside: Total Small Business Set-Aside (FAR 19.5) URL: https://sam.gov/opp/39b9afc08710447e8dba3954aa4a3184/view OutreachSystems Article Number: 20250604/PROCURE/0424