Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract for Construction, Repair, and Alteration, with Design-Build and incidental Abatement for GSA/PBS Region 7

SOL #: 47PH0823R0003Solicitation

Overview

Buyer

General Services Administration
Public Buildings Service
PBS R7 PROG SUPPORT - CAPITAL AND IDIQ
FORT WORTH, TX, 76102, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Office Buildings (Z2AA)

Set Aside

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

Timeline

1
Posted
Jun 20, 2023
2
Last Updated
Sep 12, 2025
3
Submission Deadline
Jul 21, 2023, 10:00 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.

AMENDMENT 2

Amendment 2 brings forth several changes. It is hereby issued to extend the proposal due date, including the submission of Past Performance Questionnaires (PPQs), from 5:00 PM CDT, July 20, 2023, to 5:00 PM CDT, July 21, 2023.

Modifications have been made to Hypothetical Projects A and B Scope of Work (SOW). The revisions in these documents are highlighted in two manners: new additions are indicated in green text, and deleted elements from the SOWs are struck through for easy identification. 

Additionally, Hypothetical Project A SOW is revised to now include Attachment 11: Under Carpet Installation Location, located on page 42 of the document.

The Solicitation Response Form is revised to accommodate details for five (5) sample projects, in place of the initial four (4).

Lastly, Amendment 2 incorporates an updated Questions and Answers document, compiling recent inquiries and their respective answers relevant to this Solicitation. This document is available in the attached '10 SF30 Amendment 2 2023 07 11' file, located on pages 3 through 16.

_____________________

AMENDMENT 1

Amendment 1 brings forth several changes. It introduces the Questions and Answers document, Pre-Proposal Conference Agenda and Attendance List as additional attachments to the Solicitation – located in the document titled '10 SF30 Amendment 1 2023 06 30'. The language used in Section VI.E., Total Evaluated Price of the Solicitation, is revised.


Duplicate mention of the Arkansas Zone in the table under Section I.E., Estimated Contract Value of the Solicitation, is removed to correct the redundancy. 


The stipulation for offerer rates to encompass "Shipping of all materials to the jobsite" has been eliminated from the Solicitation, Agreement, IDIQ Statement of Work, and Bid Schedule Template. As such, it is no longer necessary to be included.


Lastly, the Agreement is updated to include 'The Project Narrative', which can be found in Section III.S.(2)(3) of the Agreement.

_____________________

Description:

This constitutes a Request for Proposal (RFP), for a new indefinite delivery indefinite quantity (IDIQ) multiple award contract for construction, repair, and alteration, with design-build and incidental abatement services. The General Services Administration (GSA), Public Buildings Service (PBS), Greater Southwest Region 7, Acquisition Management Division is the office soliciting and will administer the resulting contracts.

In accordance with FAR 52.219-6, this procurement is set aside exclusively for Small Business concerns.

Performance Location:

Counties and parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas (Region 7).

General Description of Scope of Services:

This contract is to provide general construction, repair, and alteration, with design-build and incidental abatement services. The NAICS code for this procurement is 236220 with a size standard of $39.5 million.

This will be a firm fixed price multiple award contract. This PBS Region has been organized into twelve geographic zones. Awards will be staggered by zone, potentially two zones at a time. All work to be acquired under the contracts will be accomplished by the issuance of individual task orders. The individual task orders to be placed under the contracts will range in dollar value from approximately $2,000 to $5,000,000; however, project values will NOT be equally spread over this range. The Maximum Order Limitation (MOL) for a contract which is primary in only the Small Projects Pool shall be $2,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. The Maximum Order Limitation (MOL) for a contract which is primary in only the Large Projects Pool shall be $6,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. A contract which is primary in both project pools will have a MOL of $8,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. These contracts will be solicited as one (1) year contracts, with four (4) separate one (1) year option periods, for a total potential contract period not to exceed five (5) years. Facilities covered under the scope of this contract include Government owned and leased facilities in counties or parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas.

Services will be required under these contracts on an as-needed basis up to a single task order limit of $5,000,000. Task orders will be prepared based on defined scopes of work for specific projects and issued as firm-fixed price tasks orders.

The base IDIQ contracts will be acquired using Source Selection procedures as identified in FAR 15.3 with a firm-fixed price award to the offerors who provide the best value to the Government. Offerors will be evaluated based on technical merit and price proposals. For this procurement, technical evaluation factors, when combined, are significantly more important than total evaluated price. The trade-off process under the best value approach will be used. The technical evaluation factors in descending order of importance are: 1. Past Performance and 2. Hypothetical Projects.

The Government's intent is to award five (5) to seven (7) IDIQ contracts per zone, to offerors who submit a proposal which will provide the best value to the Government in terms of technical qualifications and price; however, the Government reserves the right to award more or fewer contracts per zone as determined to be necessary.

The Government intends to make award without discussion. Therefore, offerors are requested to submit their initial proposals to the Government on the most favorable terms based on technical and price factors. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.

The solicitation package (offer forms, attachments, clauses, and provisions) is available only electronically on sam.gov. Potential offerors are responsible for downloading the solicitation and attachments, and for monitoring the website for possible amendments and/or additional information. A pre-proposal conference will be conducted at the date and time identified in the solicitation package. All information, amendments, and questions concerning this solicitation will be electronically posted on http://www.sam.gov.

In order to participate in this procurement, offerors MUST be registered in the System for Award Management (SAM). There is no fee to register for this site. Interested firms are required to submit their annual representations and certifications through the SAM website. The website for SAM is http://www.sam.gov.

Any information taken from other publications is used at the sole risk of the offeror. The procuring office cannot guarantee the accuracy of information contained in other publications.

The solicitation and associated information will be available from the sam.gov website mentioned above. **No telephone requests or questions will be accepted.** This solicitation is not a sealed bid procurement and there will not be a formal public bid opening. All inquiries must be in writing. All answers will be provided in writing and will be available on the aforementioned SAM posting.

Offerors will not be reimbursed for proposal submittal expenses.

All questions pertaining to the Dallas zone must be submitted in writing by email to (r7idiq.dal@gsa.gov), and for the Oklahoma Zone to: (r7idiq.ok@gsa.gov).

Pre-Proposal Conference:

The pre-proposal conference for the Dallas and Oklahoma Zones is scheduled as follows and will be conducted on-line:

Date: June 28, 2023

Time: 2:00 PM - 4:00 PM Central Standart Time

On-line Location: https://meet.google.com/wfx-ootd-pqt

NO CAPABILITY STATEMENTS, RESUMES, INTRODUCTORY EMAILS, OR SIMILAR CORRESPONDENCE SHOULD BE SUBMITTED.

DISCLAIMER: The official solicitation package is located on the official Government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the SAM.gov site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies of this solicitation.

People

Points of Contact

Dallas ZonePRIMARY
Oklahoma ZoneSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 38
Solicitation
Posted: Sep 12, 2025
View
Version 37
Solicitation
Posted: Jul 28, 2025
View
Version 36
Solicitation
Posted: Dec 19, 2024
View
Version 35
Solicitation
Posted: Dec 18, 2024
View
Version 34
Solicitation
Posted: Oct 31, 2024
View
Version 33
Solicitation
Posted: Oct 15, 2024
View
Version 32
Solicitation
Posted: Oct 15, 2024
View
Version 31
Solicitation
Posted: Oct 11, 2024
View
Version 30
Solicitation
Posted: Oct 11, 2024
View
Version 29
Solicitation
Posted: Oct 9, 2024
View
Version 28
Solicitation
Posted: Oct 9, 2024
View
Version 27
Solicitation
Posted: Sep 26, 2024
View
Version 26
Solicitation
Posted: Sep 26, 2024
View
Version 25
Solicitation
Posted: Sep 16, 2024
View
Version 24
Solicitation
Posted: Sep 16, 2024
View
Version 23
Solicitation
Posted: Sep 11, 2024
View
Version 22
Solicitation
Posted: Aug 29, 2024
View
Version 21
Solicitation
Posted: May 9, 2024
View
Version 20
Solicitation
Posted: May 1, 2024
View
Version 19
Solicitation
Posted: May 1, 2024
View
Version 18
Solicitation
Posted: Apr 19, 2024
View
Version 17
Solicitation
Posted: Apr 19, 2024
View
Version 16
Solicitation
Posted: Apr 9, 2024
View
Version 15
Solicitation
Posted: Apr 9, 2024
View
Version 14
Solicitation
Posted: Dec 22, 2023
View
Version 13
Solicitation
Posted: Dec 11, 2023
View
Version 12
Solicitation
Posted: Dec 11, 2023
View
Version 11
Solicitation
Posted: Oct 30, 2023
View
Version 10
Solicitation
Posted: Oct 23, 2023
View
Version 9
Solicitation
Posted: Oct 16, 2023
View
Version 8
Solicitation
Posted: Oct 12, 2023
View
Version 7
Solicitation
Posted: Jul 18, 2023
View
Version 6
Solicitation
Posted: Jul 17, 2023
View
Version 5Viewing
Solicitation
Posted: Jul 11, 2023
Version 4
Solicitation
Posted: Jul 10, 2023
View
Version 3
Solicitation
Posted: Jun 30, 2023
View
Version 2
Solicitation
Posted: Jun 27, 2023
View
Version 1
Solicitation
Posted: Jun 20, 2023
View