Notice of Bridge Contract
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 General Services Administration (GSA) is issuing a Justification for Other Than Full & Open Competition to extend an emergency, sole-source bridge contract for facilities engineering services at the Neal Smith Federal Building and the US Courthouse in Des Moines, IA. This extension is for approximately one year, covering the period from March 1, 2026, through February 28, 2027. The action is taken due to unusual and compelling urgency, citing GSA Class Deviation RFO-2025-06.
Scope of Work
The contractor will provide comprehensive facilities engineering services, including administration, management, supervision, labor, materials, supplies, repair parts, tools, and equipment. Services encompass planning, scheduling, coordination, inspection, and execution of all work for the operation, maintenance, and repair of the buildings, equipment, electrical and mechanical systems, structures, architectural finishes, and utilities located on, within, or beneath the facilities' interior and exterior extending to the legal property line.
Contract Details
- Type: Firm Fixed-Price, commercial item, performance-based bridge contract.
- Duration: Approximately one year (March 1, 2026 - February 28, 2027).
- Estimated Total Value: $1,874,586.60 ($1,195,659.94 for Neal Smith, $678,926.71 for Des Moines).
- Set-Aside: Not applicable for this sole-source bridge contract. However, the government anticipates soliciting a future competitive, performance-based requirements contract under the Multiple Award Schedule (MAS) for Total Small Businesses.
Evaluation
This is a justification for non-competitive procedures. The Contracting Officer determined the anticipated cost to be fair and reasonable based on the incumbent vendor's familiarity, track record, reasonable pricing, and the use of an existing Collective Bargaining Agreement for labor rates.
Additional Notes
The extension is necessary due to unforeseen agency-level actions, including a Reduction in Force (RIF) and GSA reorganization, which disrupted the timeline for a competitive procurement. Failure to extend these services would result in a lapse of critical operations, degradation of building conditions, and potential safety risks and damage to government property. The expected solicitation posting for the new competitive award is August 1, 2026.
Contact Information
- Primary: Thomas Prince (thomase.prince@gsa.gov)
- Secondary: Nathan Moore (nathan.moore@gsa.gov)