Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2025 SAM #8794
SOURCES SOUGHT

Z -- Source Sought SSA HQ Construction Re-Compete

Notice Date
12/22/2025 12:22:28 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
SSA OFC OF ACQUISITION GRANTS BALTIMORE MD 21235 USA
 
ZIP Code
21235
 
Solicitation Number
28321326RS0000002
 
Response Due
1/16/2026 12:00:00 PM
 
Archive Date
02/27/2026
 
Point of Contact
Bradley Karbeling
 
E-Mail Address
bradley.karbeling@ssa.gov
(bradley.karbeling@ssa.gov)
 
Description
Title � Request for Information (RFI) � Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for general construction services This request for information (RFI) is issued solely for planning purposes and is published in accordance with FAR Part 10. This is not a solicitation or call for proposals. Any proposal submitted in response to this request for information will not be considered. Information received from this RFI is for planning purposes and market research only, and it will assist the Government in its acquisition strategy. The Government will not pay any costs incurred in the preparation of information for responding to this market survey or the Government�s use of the information. Proprietary information must be clearly identified as proprietary information. All information submitted will be held in a confidential manner and will only be used for the purpose intended. The Government will not provide a debrief on the results of the survey. Sources Sought � SSA is conducting a market survey/source sought to help determine the availability and technical capability of ALL qualified businesses capable of providing the requirement below. Synopsis � The SSA Headquarters is conducting market research in preparation for the re-competition of an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for general construction services. This contract vehicle will be used exclusively to accomplish a wide range of new construction, renovation, alteration, repair, demolition, design-build, concrete, preformed expansion joints, stone, tack coat, bituminous concrete, road paints, concrete curbing, sidewalk replacement/installation, asphalt crack pouring, temporary road repairs, storm drain inlets, lay out, and seal coating projects at the Social Security Administration Headquarters campus located in Woodlawn (Baltimore), Maryland. All work under the resulting IDIQ contract and subsequent task orders will be performed at SSA Headquarters facilities. The Government is particularly interested in determining the capability and interest of Small Business. Interested vendors are encouraged to submit capability statements demonstrating their relevant experience, past performance on similar IDIQ construction contracts, bonding capacity, and ability to meet SSA�s stringent safety, security, and performance requirements effectively. North American Industry Classification System (NAICS) � The principle NAICS code for the required services is 236220 Commercial and Institutional Building Construction $45 Million. Responses � Interested firms with the capability of providing the requirement, per applicable subcontracting rule limitations (e.g., those in FAR 52.219-3 and 52.219-14), shall submit capability statements that demonstrate their expertise in the above-described areas in sufficient detail, including any other specific and relevant information, so the Government can determine the firm�s experience and capability to provide the requirements. Failure to demonstrate the capability of providing the requirement in response to this market survey may affect the Government�s review of the industry�s ability to perform or provide these requirements. Firms shall include the following information with their responses: 1. Organization name, unique entity identification (UEI) number, address, email address of a point of contact who can verify the demonstrated capabilities, website address, and telephone number. 2. Answers to the following experience related questions. a) List up to five (5) relevant IDIQ construction contracts your firm has performed or is currently performing within the past seven (7) years. For each, provide contract number, dollar value (ceiling and amount obligated to date), customer POC, period of performance, and a brief description of the types of task orders executed. b) Provide a letter from your surety (on surety letterhead) stating your current single-project and aggregate bonding capacity. Confirm your ability to provide payment and performance bonds for individual task orders up to $25 million (or state the maximum you can bond). c) Does your company employ a variety of adequate trades staff to successfully complete coordinated interior pre-designed space renovations? d) SSA requirement includes complete construction services to accomplish the following types of work: acoustical, plastering, carpentry, flooring, drywall, masonry, electrical, plumbing, painting, mechanical, heating/air conditioning, concrete, preformed expansion joints, stone, tack coat, bituminous concrete, road paints, concrete curbing, sidewalk replacement/installation, asphalt crack pouring, temporary road repairs, storm drain inlets, lay out, and seal coating. Does your company have the capability to perform all these possible types of construction work? e) Does your company have a public website? If so, what is the website�s address? f) How many construction projects has your company completed within the last 3 years? Explain some of these projects and provide names of the businesses/contact information where the work was completed? g) Will your company be able to perform work during evenings and weekends, when necessary? h) Approximately how many of your own employees are on your company�s payroll that are tradesman? What trade capabilities do your staff possess? i) SSA will require a supervisor to always be onsite to oversee progress of construction work? Will you be able to fulfill that requirement? j) State the number of personnel (by trade) your firm currently employs within a 100-mile radius of Woodlawn/Baltimore, Maryland. Confirm your ability to mobilize additional qualified craft labor and supervision rapidly for simultaneous or emergency task orders. k) Provide your Experience Modification Rate (EMR) for the past three years and your OSHA Recordable Incident Rate (RIR) and Days Away, Restricted, or Transferred (DART) rate for the past three years. l) Describe your firm�s experience with construction, renovation, or repair work in Social Security Administration (SSA) facilities, other high-security federal campuses (e.g., requiring badging, escorted access, and FISMA-compliant IT), or large occupied office complexes�emphasizing the ability to perform work while minimizing disruption to normal operations. Additionally, detail your experience obtaining and maintaining personnel security clearances, background investigations, and facility access badges for federal sites (particularly HHS, GSA, or DoD), and confirm compliance with SSA�s badging, escort, and security policies. m) If you anticipate using subcontractors, identify the type of work you intend to subcontract and the percentage of total work. Provide examples of how you have successfully managed multiple subcontractors on prior IDIQ construction contracts. n) Provide any recommendations on contract structure (single-award vs. multiple-award, length of ordering period, minimum/maximum task order values, evaluation factors, etc.) and on the draft PWS/SOO to improve competition, performance, or cost effectiveness. 3. Type of ownership/or company structure and socioeconomic status (i.e. small business, small, disadvantaged business, etc.); 4. Whether services are offered on a General Services Administration (GSA) Multiple Award Schedule/Federal Supply Schedule contract, and if so, the GSA contract number and applicable special item number (SIN); and 5. Whether or not the respondent is registered in System for Award Management (SAM). Interested vendors are invited to submit responses electronically via email by January 16, 2026 to Bradley Karbeling, Contract Specialist at Bradley.Karbeling@ssa.gov with a copy to Please reference 28321326RS0000002 in the e-mail subject line. Neither telephone responses nor faxed information will be accepted. Contracting Office Address: Social Security Administration Office of Acquisition and Grants 1540 Robert M. Ball Building 6401 Security Blvd Baltimore, MD 21235 Place of Performance: Social Security Administration facilities located at the following building addresses: � Perimeter East Building, 6201 Security Boulevard, Baltimore, MD 21235 � Supply Building, 6301 Security Boulevard, Baltimore MD 21235 � SSA Main Complex, 6401 Security Boulevard, Baltimore, MD 21235 � SSA Child Care Center � National Support Center (NSC) 8999 Bennett Creek Boulevard Urbana, MD 21704 Primary Point of Contact: Bradley Karbeling
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/42e5fd1265e64a93864f18647e8c1def/view)
 
Record
SN07673181-F 20251224/251222230040 (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.