Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2025 SAM #8710
SOLICITATION NOTICE

C -- GSA Region 3- Full Service Architectural and Engineering Services IDIQ

Notice Date
9/29/2025 11:33:06 AM
 
Notice Type
Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
PBS R3 ACQ MGMT DIV SOUTH PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
47PD0325R0003
 
Response Due
10/24/2025 11:00:00 AM
 
Archive Date
11/08/2025
 
Point of Contact
Ching Hung, Shane O'Brien
 
E-Mail Address
ching.hung@gsa.gov, shane.obrien@gsa.gov
(ching.hung@gsa.gov, shane.obrien@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION FOR GSA, PBS, REGION 3 Full Service A/E IDIQ BACKGROUND: The U.S. General Services Administration (GSA), Public Buildings Service (PBS), has a requirement for Architectural and Engineering (A/E) services on an Indefinite Delivery/Indefinite Quantity (IDIQ) basis. The NAICS code is 541310 (Architectural Services) and the small business size standard is $12.5 million. It is anticipated that four separate contracts will be awarded. The firm-fixed-price IDIQ contracts will each consist of one base year and up to four, one-year option periods. The four (4) IDIQ contracts are intended to be aligned geographically: One contract primarily used for Pennsylvania excluding the metropolitan area of Philadelphia as well as West Virginia, A second contract primarily used for the metropolitan area of Philadelphia which include the counties of Bucks, Delaware, Chester and Montgomery along with Delaware and the southern counties of New Jersey from Trenton south), The third contract will be used for the Carolinas encompassing North and South Carolina. All three (3) of the above IDIQ contracts are being competed as a total small-business set-aside. A fourth contract primarily for work in regions of Virginia and Maryland The fourth contract is being competed as a woman-owned small business set-aside. However, work from any of the geographical areas may be added to either of the contracts at the discretion of the Government. Contract Type: This is an Indefinite Delivery-Indefinite Quantity (IDIQ) contract for Architect/Engineering (A/E) services, as defined in the Federal Acquisition Regulation (FAR) 16.504 and procured in accordance with FAR Part 36. Order Limitations: The value of individual Task Orders executed under this contract(s) may range from $2,000.00 to $500,000.00. However, the Government makes no representation as to the number of Task Orders or the actual amount of work to be ordered. The minimum guarantee for each contract shall be $2,000.00 for the entire contract period (including Option years). Projects under this contract are generally for projects up to $5 million in construction costs. The contracts will include hourly rates for anticipated disciplines at various levels for use in negotiating fixed price task orders. The Maximum Order Limitation (MOL) for each contract will be $15,000,000.00. Contract Period: The total period of performance for each Term Contract(s) will be one (1) base year and four (4) Option Years. Options to extend the contract term will be based on the firm's performance in the previous year. SAM Registration: At the time of submission of qualification packages, interested Prime A/E Firms must have an active registration in the System for Award Management (SAM), SAM.gov. Active registration must also be complete as applicable if the A/E Firm is a Partnership, Corporation, Association, Joint Venture, or other legal entity. A/E firms will be required to comply with Brooks Act Procedures and applicable 6% Statutory Limitation. Scope of Services: Projects will involve full design services for Repair and Alterations, Renovations and Modernizations of federal facilities, and may require Architectural, Mechanical, Electrical, Fire Protection, and energy related design services. Projects may also include the incorporation of Security and Interior Design services with sensitivity towards historic buildings, adhering to Section 106 of the National Historic Preservation Act which requires federal agencies to consider the effects of their undertakings on historic resources. In addition, projects are expected to include Workplace Modernization for reduced space and increased flexibility. Anticipated services in this area include programming, full Architectural design services, furniture, fixtures and equipment design and specification, and move coordination services. Projects under this contract are generally for projects up to $5 million in construction costs. Most projects will involve occupied buildings, many of which are historically significant. The scope of the architectural services under this proposed contract include, but are not limited to the following: POR Development; programming; predesign; the preparation of feasibility studies; the preparation of Request for Proposal packages for Design-Build projects; site investigation; complete design services (space planning, interior design, architectural, mechanical, electrical, plumbing, civil, structural, fire protection, vertical transportation, life safety, security, historical, and code compliance); cost estimating; building commissioning inclusive of Mechanical, electrical, and plumbing (MEP) and Building enclosure commissioning (BECx); procurement support; post-construction- award services; related supplemental services if so requested by the Government. Hazardous materials such as incidental asbestos and lead may be encountered in some existing facilities. The Architectural firm�s Industrial Hygienist will be required to identify and quantify the types and locations of hazardous materials that may be abated during construction and will be required to provide abatement recommendations. Furthermore, knowledge of airborne pathogen concerns is required. In addition, certain projects may be designed and constructed in metric, in accordance with International System (SI) units,the Metric Conversion Act, and Executive Order 12770. GSA's CAD Deliverables Policy will be incorporated as requirements of the awarded contract(s). Summary of Selection Process: Stage I - The technical qualifications and experience of proposed prime A/E firms will be evaluated from the initial technical proposals, including review of their complete team of engineers and consultants. A short-list will be established of the A/E firms determined to be the most highly technically qualified. The short-listed prime A/E firms will be invited to continue with Stage II of the selection process. Stage II - A/E firms slated for Phase II discussions will be asked to present information on the evaluation factors. The primary presenter must be the proposed Project Manager/ Lead Project Architect, with assistance from additional team members as necessary. Following discussions, the source selection board will prepare a selection report for the Contracting Officer recommending, in order of preference, the three firms that are considered to be the most highly qualified to perform each contract. Following the technical review and discussions process, the GSA selection authority will make final selection of a list, in order of preference, of the most highly qualified final selected A/E firms(s) for each contract. If the firm listed as the most preferred is not the firm recommended as the most highly qualified by the evaluation board, the selection authority shall provide for the contract file a written explanation of the reason for the preference. The selection authority shall not add firms to the selection report. If the firms recommended in the report are not deemed to be qualified or the report is considered inadequate for any reason, the selection authority shall record the reasons and return the report through channels to the evaluation board for appropriate revision. Negotiations shall be conducted in accordance with FAR part 15, beginning with the most preferred firm in the final selection. If a mutually satisfactory contract cannot be negotiated, the contracting officer will notify the firm that negotiations have been terminated. The contracting officer will then initiate negotiations with the next firm on the final selection list. This procedure shall be continued until a mutually satisfactory contract has been negotiated. Evaluation Criteria STAGE I - SUBMISSION REQUIREMENTS: In the first step, teams will submit SF 330 parts I and II. A source selection board will review each team�s qualifications and establish a shortlist of firms. STAGE I - EVALUATION CRITERIA: The Evaluation Criteria are in descending order of importance: Criteria 1: Specialized Experience and Technical Competence - 60% weight Criteria 2: Professional qualifications of the key personnel assigned to this project - 40% weight Total: 100% Joint Ventures/Partnerships/Contractor Team Arrangements: When forming a formal Joint Venture or Partnership or Contractor Team Arrangement (CTA) in response to a small business set-aside, all team members must meet the socioeconomic status for the set-aside. For all Contractor Team Arrangements (CTAs) submitted in accordance with FAR Subpart 9.6, the Limitations on Subcontracting (FAR 52.219-14) apply, (i.e., the small business team members must perform at least 50% of the value of the work to be completed). Interested Parties/How to Offer: This Solicitation is only available through sam.gov, a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors are responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the sam.gov website to have access to solicitation material. For additional registration information, visit the sam.gov website. To ensure that you receive all information regarding this solicitation, please register to receive updates at sam.gov, and follow the procedures for notification registration. Please note the Government will not be providing any proposals costs. Requests for Information: Any Requests for Information should be emailed to the Contract Specialist: shane.obrien@gsa.gov and Contracting Officer: Ching.Hung.gsa.gov by October 8, 2025 by 2:00PM EST. The Government will attempt to respond as quickly as possible and issue responses via an Amendment to the Solicitation and will be posted to SAM.GOV only. Proposal Due Date: Firms shall submit proposals via email to the Contract Specialist: shane.obrien@gsa.gov and Contracting Officer: Ching.Hung.gsa.gov by October 24, 2025 by 2:00PM EST. Offerors are encouraged to ask for a confirmation of receipt. Proposals sent via email have a 25MB size limit. AMENDMENT 1- POSTED ON 9/29/2025: Amendment 0001 hereby issues the following RFI responses and Revised RFP. RFIs are due 10/8/25 by 2:00PM EST. Proposals are due by 10/24/25 by 2:00PM EST. End of Amendment.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b40b90b18faf4c93b7e1f2177575f03a/view)
 
Place of Performance
Address: Philadelphia, PA, USA
Country: USA
 
Record
SN07607258-F 20251001/250929230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.