Bid Date: 2025-08-28

Project Description: This is a presolicitation notice for an upcoming solicitation for construction services Indefinite Delivery Indefinite Quantity (IDIQ) contracts for one base year, and four option years anticipated to be awarded in mid-2026. The solicitation is expected to be issued on or about August 28, 2025. This presolicitation notice is not a request for proposals, and no proposals will be accepted as a result of this presolicitation notice. The anticipated awarded construction IDIQ contracts for repair and alteration (R&A) services that includes design build will be for four geographic zones within the Pacific Region which include the states of Arizona, California, Hawaii and Nevada. This will be a total small-business set-aside.

This presolicitation notice is for Zone 3. Zone 3 (Hawaii) represents the entire state of Hawaii. The contractor shall provide all management, supervision, labor, materials, supplies, and equipment to perform some or all of the typical services listed below:

▪︎ General Contractor and design-build work based on the order requirements.

▪︎ Construction in accordance with the specifications, drawings, and the provisions of the contract.

▪︎ Design capability in the form of, but not limited to, drawings or sketches to describe proposed new construction, and repair and alteration projects and to provide descriptions or specifications for proposed materials or equipment.

▪︎ Modifications to and new architectural components including but not limited to ceilings, walls, floors (including access floor systems), roofing systems, millwork, and wall coverings, including conformance with Historic Preservation requirements.

▪︎ Modifications to and replacement of mechanical systems to include but not limited to air handling units, chillers, boilers, ductwork systems and accessories.

▪︎ Modifications to and replacement of electrical systems to include but not limited to lighting systems, primary and secondary power distribution systems and transformers, fire alarm systems, and low-voltage systems.

▪︎ Modifications to and replacement of piping/plumbing systems including pumps, HVAC system controls, fire protection sprinkler systems/accessories, and plumbing equipment/accessories.

▪︎ Special competencies for any work involving membrane roofing, asbestos abatement, lead-based paint abatement, and other types of hazardous material abatement, and/or elevator work.

▪︎ Planning, scheduling, coordinating and assuring effective performance of all construction and design.

▪︎ Modification and replacement of facility systems and structures at land ports of entry.

Typical services will be performed for various federally-owned and leased facilities, including, but not limited to, courthouses, federal office buildings, and land ports of entry, parking lots, canopies, gates and fencing, plazas, courtyards, garages, pedestrian and vehicle traffic appurtenances, inspection facilities, and other facilities, structures, and systems within the Zones identified above under task orders. The purpose of these contracts is to establish terms and conditions upon which the Contractor(s) will perform construction and related services (repairs and alterations, renovations, etc.) within Zone 3, under task orders issued by the Contracting Officer and Designated Ordering Officials. In addition, some orders may include the requirement to provide design capability in the form of, but not limited to, drawings or sketches to describe proposed repair and alteration projects and to provide descriptions or specifications for proposed materials or equipment. The Contractor(s), in these instances, will be responsible for obtaining assistance from registered professional architects and/or engineers or other professionals as needed or as required in the Scope of Work for a proposed order. In the event that architect-engineer services are required, the contractor may be required to secure the services of an architect-engineer contractor to provide the following but not limited to: architectural, structural, civil, fire/life safety, cost estimating, mechanical, and electrical engineering services associated with design concepts, working drawings and specifications, shop drawings, material and related documents review.

The type of contracts being used for the above services will be Firm-Fixed-Price Indefinite Delivery-Indefinite Quantity (IDIQ) type contracts. The term of the contracts will be for one base year with four one-year options. The guaranteed minimum contract award amounts will be for $1,000.00, to be deobligated when an order of at least $1,000.00 is placed. Work under these contracts shall be authorized by issuance of one or more task order(s). It is anticipated that most task orders will range between $100,000.00 to $5 million, but there is no minimum or maximum per order. The total Maximum Order Limitation for all task orders combined, issued against all contracts combined in the Zone is $50,000,000.

Attachments
No attachments have been added to this opportunity.

PDFs are being updated, check later