Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 04, 2025 SAM #8713
SOURCES SOUGHT

99 -- National Small Business Architecture and Engineering IDIQ

Notice Date
10/2/2025 11:41:29 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
PBS R5 ACQUISITION MANAGEMENT DIVISION CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
SB_AE_IDIQ_2026
 
Response Due
11/4/2025 2:00:00 PM
 
Archive Date
01/30/2026
 
Point of Contact
Mariah McGunigle, Joel Doucette
 
E-Mail Address
mariah.mcgunigle@gsa.gov, joel.doucette@gsa.gov
(mariah.mcgunigle@gsa.gov, joel.doucette@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought Notice. This notice does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes, and to determine whether to set-aside this requirement for small business concerns including but not limited to firms certified as U.S. Small Business Administration (SBA) 8(a), HUBZone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Businesses (WOSB) or Economically Disadvantaged Women Owned Small Businesses (EDWOSB) with current relevant qualifications, experience, personnel,and the capability to perform multi-discipline architect-engineering services in support of projects owned and/or managed by the U.S. General Services Administration, Public Buildings Service (PBS). The PBS geographic area includes federally owned and controlled facilities located nationwide. The potential place of performance for services rendered under this contract is on an as-needed basis for federal projects anywhere in the United States and its territories. This will require the capability to travel to GSA and other Government agency office locations nationwide. In some instances, performance of services is expected to require the capability for contractors to dispatch personnel to multiple locations simultaneously. These IDIQ contracts are intended to provide multidisciplinary services in order to enable GSA to provide effective, mobile, and sustainable workplace solutions for federal agencies. The IDIQ will integrate architectural and engineering services to supplement existing contract vehicles. The IDIQ is looking for both Architectural/Engineering and Engineering/Architecture led Services firms to provide complete design services for all phases of design, including but not limited to requirements development, preliminary concepts, final concepts, design/development, and construction documents. The scope may also be used for other A/E needs. The following denotes potential areas of expertise anticipated to be needed for performance under this IDIQ, though not all are represented: Feasibility, pre-design, and project/program development studies, housing plans, field investigation, site surveys, master planning, building preservation plans, building design standards Architecture and Engineering for all design phases Historic architecture, preservation, materials assessment and repair solutions Interior design (including FFE), space planning, workplace, interior architecture MEP & HVAC system and component assessments and design, temperature control assessment and design. Fire and Life Safety evaluation and design Structural evaluation and design BAS system assessment and integration Building and system commissioning Cost estimating Existing building conditions survey assessments and evaluation reports (exterior, interior, historic, facade forensics etc.) Seismic and blast Security Bid phase services, construction administration move and relocation services, post-occupancy analysis Constructability, submittal and shop drawing review and evaluation, management and inspection services during construction. Record and close-out documents This notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. The applicable North American Industry Classification System (NAICS) code is 541310 & 541330. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following: Company Profile: Company profile to include number of employees, annual receipts, number of offices and office location(s), UEI number, CAGE Code, and statement regarding small business designation and status. Type of Business: Identify whether your firm is a SBA certified 8(a), SBA certified HUB Zone, SDVOSB, SBA certified WOSB, and/or SBA Certified EDWOSB concern. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/. Respond to the Market Research Questionnaire in the attachments or use URL: https://docs.google.com/forms/d/e/1FAIpQLSeWI5boESzaQ8TH63TCNA1MqbuTe3nuZSD_9goO-hXfJ77GeQ/viewform?usp=sharing&ouid=110573844979900326722 Experience: Submit a maximum of three (3) projects worked within the past five years of similar size, scope and complexity as the work indicated. For each of the contract/project submitted for experience provide the title; location; whether you were a prime or subcontractor; award and completion dates; contract or subcontract value; type of work, scope of work; a brief description of how the referenced contract/project relates to the work described; and customer information including point of contact, phone number, and e-mail address. DO NOT submit basic contracts for IDIQ work, only the Task Orders issued to the basic contract. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Responses to this Sources Sought announcement are due no later than 5:00 PM CDT, November 4, 2025. Responses should be emailed to the following individuals: Mariah McGunigle, mariah.mcgunigle@gsa.gov Joel Doucette, joel.doucette@gsa.gov Helen DiMonte, helen.dimonte@gsa.gov Questions or comments regarding this notice may be addressed to the individuals identified above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/25825fa9a12248ecb8ec11a4adf49b06/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07611488-F 20251004/251002230039 (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.