DOS Domestic Light Construction Multiple Award IDIQ Requirement

SOL #: 19AQMM26R0012_Domestic_Light_RFPSolicitation

Overview

Buyer

State
State, Department Of
ACQUISITIONS - AQM MOMENTUM
WASHINGTON, DC, 20520, United States

Place of Performance

North Charleston, SC

NAICS

Construction of Buildings (236)

PSC

Construction Of Office Buildings (Y1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 12, 2026
2
Last Updated
Feb 19, 2026
3
Submission Deadline
Feb 11, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of State (DOS) is soliciting proposals for a Domestic Light Construction Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This Total Small Business Set-Aside aims to secure Design/Build (D/B) and Design-Bid-Build (DBB) facility construction, repair, and renovation services across federal installations in the United States. Proposals are due February 20, 2026, by 4:00 PM ET.

Opportunity Overview

This IDIQ will cover a broad range of construction projects for civilian stakeholders, with individual task orders estimated between $2,000 and $3,000,000. Work includes new construction, renovation, and repair, encompassing site work, structural elements, architectural finishes, mechanical/electrical systems, and specialized environmental activities. Performance will occur at federal installations across the U.S., with bidders required to propose for only one of four specific zones: Blackstone, VA; Charleston, SC; Denver, CO; or Washington D.C. (NCR).

Contract Details

  • Contract Type: Multiple Award IDIQ with Firm Fixed-Price (FFP) task orders.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 236220 (Commercial and Institutional Building Construction).
  • Value: Minimum $10,000; Maximum aggregate value of $50,000,000.
  • Period of Performance: One base year plus four one-year option periods, totaling five years.

Key Requirements & Clarifications

  • Proposal Limit: Offerors are strictly limited to submitting one proposal for only one zone. Joint Ventures with distinct SAM/UEI registrations may submit separately.
  • Self-Performance: Contractors must self-perform 15% of the contract cost (FAR 52.236-1).
  • Facility Clearance: A Secret Facility Clearance (FCL) is required. DOS will sponsor offerors without an active FCL, with DD Form 254 issued upon task order award.
  • Past Performance: Past Performance Questionnaires (PPQs) must be completed by prior customers and submitted directly to the Contracting Officer/Specialist. CPARS are not accepted in lieu of PPQs. Projects from $1 to $15 million are relevant for past performance examples.
  • Pricing: Bidders must use the revised Attachment 2 pricing spreadsheet to provide fully burdened labor rates for all categories within their selected zone. These IDIQ-level rates are for evaluation only and will not act as ceiling rates for task orders.
  • Page Limits: The technical proposal (Volume I) has a 20-page limit. Bonding capability letters and financial reports submitted in an Appendix, as well as title/cover pages, do not count against this limit. Financial statements must be dated no more than 365 days before the proposal due date.

Evaluation & Award

  • IDIQ Awards: The Government intends to award 3-5 IDIQs per zone using a Best Value Tradeoff process, where technical merit is more important than cost/price.
  • Task Order Awards: Task orders will be awarded on a Lowest Priced Technically Acceptable (LPTA) basis.
  • Evaluation Factors: Demonstrated Experience, Technical/Management Approach, Safety Program, and Past Performance.

Submission Details

Proposals are due February 20, 2026, by 4:00 PM ET. Electronic submissions are required. Primary Contact: Ryan C. Edwards (Edwardsrc@state.gov) Secondary Contact: Meghan Klipfel (KlipfelME@state.gov)

People

Points of Contact

Ryan C. EdwardsPRIMARY
Meghan Klipfel (Knapp)SECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Solicitation
Posted: Feb 19, 2026
View
Version 4
Solicitation
Posted: Feb 11, 2026
View
Version 3
Solicitation
Posted: Feb 4, 2026
View
Version 2
Solicitation
Posted: Jan 22, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 12, 2026