PRESOLICITATION NOTICE - Multiple Award General Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Design Build Capabilities for PA/NJ/DE
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Feb 03, 2025 01:00 pm EST
- Original Published Date: Jan 21, 2025 05:41 pm EST
- Updated Response Date: Feb 18, 2025 11:59 pm EST
- Original Response Date: Feb 05, 2025 11:59 pm EST
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Mar 05, 2025
- Original Inactive Date: Feb 20, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: USA
Description
PRE-SOLICITATION NOTICE
47PD0225R0026
Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) for General Construction Services in PA/NJ/DE of PBS Region 3
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 September 4, 2025 to September 3, 2026
Option Ordering Period 1 September 4, 2026 to September 3, 2027
Option Ordering Period 2 September 4, 2027 to September 3, 2028
Option Ordering Period 3 September 4, 2028 to September 3, 2029
Option Ordering Period 4 September 4, 2029 to September 3, 2030
Option to Extend Services (FAR 52.217-8) September 4, 2030 to March 4, 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 (Will be updated at time of solicitation)
Issue Request for Proposal - On or about February 19, 2025
Proposal Due Date - On or about March 21, 2025
Evaluation Process - Approximately March 24, 2025 through June 30, 2025
Award Date - On or about August 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 teleconference for Prime Contractors interested in proposing on this solicitation. Final details will be provided within the solicitation. 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.
Note: This is a presolicitation notice. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation.
Attachments/Links
Contact Information
Contracting Office Address
- ACQUISITION MGMT DIVISION SOUTH 100 S. INDEPENDENCE MALL WEST
- PHILADELPHIA , PA 19106
- USA
Primary Point of Contact
- Jennifer Silkensen
- jennifer.silkensen@gsa.gov
Secondary Point of Contact
- Erin Watson
- erin.watson@gsa.gov
History
- Mar 05, 2025 11:55 pm ESTPresolicitation (Updated)
- Jan 22, 2025 04:27 pm ESTPresolicitation (Updated)
- Jan 21, 2025 05:41 pm ESTPresolicitation (Original)
- Nov 26, 2024 11:55 pm ESTSources Sought (Original)