Department of Treasury Finishes Repairs and Replacement Project
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 Department of the Treasury is soliciting proposals for a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract for Finishes Repairs and Replacement Project services. This opportunity, a Total Small Business Set-Aside, aims to support various painting and carpet improvement, facility repair, and alteration projects at its Washington, DC facilities. Quotes are due March 31, 2026.
Scope of Work
This IDIQ contract covers construction services including painting, carpet improvements, facility repair/alteration, and real property repair/alteration on an as-needed basis. While the initial "seed project" focuses on painting, the overarching IDIQ includes carpet removal and replacement, with the contractor furnishing the carpet (specific details provided in clarifications). Work is primarily for the Main Treasury and Treasury Annex - Freedman Bank Building in Washington, DC. A significant portion (80-100%) of task orders are expected to be performed during off-hours (6 PM to 6 AM).
Contract Details
- Contract Type: Multiple-Award Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP).
- Period of Performance: A base year of 12 months, plus four 12-month option periods, totaling up to 60 months.
- Estimated Value: Not to exceed $15 million for all IDIQ Task Orders over five years. Each awarded contractor will receive a guaranteed minimum of $2,000.
- Place of Performance: Main Treasury (1500 Pennsylvania Avenue, NW Washington, DC 20220) and Treasury Annex - Freedman Bank Building (701 Madison Place, NW Washington, DC 20220).
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45M size standard.
Eligibility & Submission
- Set-Aside: This is a 100% Small Business Set-Aside, with a preference for Woman-Owned Small Businesses (WOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
- Site Visit: March 18, 2026, at 10:00 AM EST. Bidders must submit visitor information via the Treasury Access Link.
- Questions Due: March 20, 2026, at 5:00 PM EST.
- Quote Due: March 31, 2026, at 1:00 PM EST.
- Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) approach, prioritizing the three lowest priced technically acceptable responses.
- Submission Requirements: Proposals must include an Initial Staffing Plan (Attachment 1) and adhere to specific redaction requirements for Volumes I, II, and III (Technical, Past Performance, Price). Past Performance Questionnaires (PPQs) from personnel no longer employed by the client are acceptable.
Key Requirements
All workers must be U.S. Citizens and meet stringent security requirements. Contractors must comply with all applicable federal, state, and local laws, including the Davis-Bacon Act for prevailing wage rates. A limitation on subcontracting requires prime contractors to perform at least 15% of the work, and a monthly workforce report (Attachment 2) will monitor compliance with a 51% prime contractor performance requirement for personnel costs.
Contacts
Primary: Arlene Davis (Arlene.Y.Davis@irs.gov) Secondary: Christian Fowler (christian.a.fowler@irs.gov)