Treasury Simplified Construction Ordering Vehicle (TSCOV)
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 the Treasury Simplified Construction Ordering Vehicle (TSCOV), a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This opportunity is a Total Small Business Set-Aside for construction, alteration, repair, and restoration work at the Main Treasury Building and its annex, the Freedman's Bank Building, in Washington, DC. The estimated total value is $40 million over five years. A second wave of questions is due by April 1, 2026, at 5:00 PM ET, and proposals are due by April 13, 2026, at 12:00 PM ET.
Scope of Work
This IDIQ will cover various construction services, including interior and exterior building construction, repair, rehabilitation, and alterations. Specific tasks may involve office renovations, electrical, plumbing, mechanical, roofing, and structural work. Contractors must provide all necessary labor, tools, equipment, management, and supplies. All workers entering the Treasury Complex must be U.S. Citizens.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed Price (FFP).
- Period of Performance: One (1) 12-month base period, with four (4) 12-month option periods, for a potential total of 60 months.
- Estimated Value: $40 million total across all IDIQ Task Orders over five years.
- Minimum Guarantee: $2,000 for each awarded contractor for the base year.
- Set-Aside: 100% Total Small Business Set-Aside, with preference for Woman-Owned Small Business (WOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 236220, Commercial and Institutional Building Construction (Size Standard: $45M).
Key Requirements & Deliverables
- The prime contractor must perform a minimum of 15% of the work with their own personnel.
- Attachment 1 – Initial Staffing Plan: Required as a proposal deliverable, detailing proposed staffing for the base and option periods.
- Attachment 2 – Monthly Workforce Report: A mandatory post-award deliverable, submitted with monthly invoices, certifying small business prime and similarly situated subcontractors collectively performed at least 15% (construction) or 25% (special trade) of the total contract cost for personnel.
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), based on technical response, past performance, and price.
- Quotation Format: Proposals must be structured into four volumes: Volume I – Technical, Volume II – Past Performance, Volume III – Price, and Volume IV – Clauses and Provisions.
- Questions Due: April 1, 2026, by 5:00 PM ET (second wave).
- Proposal Due: April 13, 2026, by 12:00 PM ET.
Contact Information
- Primary: Christian Fowler (christian.a.fowler@irs.gov)
- Secondary: Arlene Davis (Arlene.Y.Davis@irs.gov)