AE Shortlist for GSA PBS - CA, AZ, NV, HI - 2026

Project ID: AESSLGSAPBSCAAZNVHI FederalOpportunitiesSources Sought
Overview
AgencyPublic Buildings Service
Deadline06/01/26
Posted05/08/26
Estimated ValueNot Provided
Set AsideSBA
NAICS541310 - Architectural Services
PSCC1AA - Architect And Engineering- Construction: Office Buildings
LocationNot Provided
Description
Primary Latest Change

Posted: May 1, 2026, 12:56 p.m. EDT

Current (Newest Update)

Posted: May 8, 2026, 11:01 a.m. EDT 5/8/2026 - This posting has been updated to reflect the following changes: Replace "3. Required AE Disciplines and Expertise - AE firms will need staff with licensed and/or specialized expertise in the following disciplines:" with "3. Suggested AE Disciplines and Expertise - AE/EA firms should include their licensure and/or specialized experience relevant to the contracts targeted for this shortlist. These include, but are not limited to the following disciplines. Coverage across all disciplines is not required." 5/8/2026 - Updated Posting in its entirety: Description The purpose of this announcement is to request new Architect-Engineer (AE) qualification information for the General Services Administration Public Building Service (GSA/PBS) AE Short Selection List. This notice is specific to the following geographical areas: California, Arizona, Nevada, Hawaii, and various Pacific Territories . WHAT IS THE SHORT SELECTION PROCESS? The Short Selection Process utilizes the procedures set forth in Revolutionary FAR Overhaul (RFO) Federal Acquisition Regulation (FAR) Subsection 36.202-4 for Architect-Engineer (AE) projects with an estimated total fee less than the simplified acquisition threshold (currently $350,000; see RFO FAR Part 2.101). The AE's professional qualifications and the firm's geographic proximity and knowledge of the local area as identified on the AE's SF330 and supplemental information, will be used for the first preliminary screening of firms. For each proposed project, GSA will conduct discussions with at least 3 firms to consider anticipated concepts and compare alternative methods for furnishing services. Additional information may be requested during discussions if necessary to facilitate the final ranking of firms (i.e: past performance references, specialized experience, capacity, etc.). Upon conclusion of discussions, the top three firms will be ranked, and a price proposal will be requested from the highest ranked firm. If a fair and reasonable price cannot be negotiated with the highest ranked firm, a request for a price proposal will be sent to the second ranked firm, and so on until an award can be made at a fair and reasonable price. All acquisitions utilizing the Short Selection List shall be set-aside for small business concerns unless requirements cannot be met by a small business and the Contracting Officer obtains a proper waiver. WHAT IS THE SHORT SELECTION LIST USED FOR? GSA will use the Short Selection List to award AE contracts, valued at less than the simplified acquisition threshold (currently $350,000) in California, Arizona, Nevada, Hawaii, and various Pacific Territories. The firm must have NAICS code 541310 - Architectural Services, with a small business size standard of $12.5 million and/or 541330 - Engineering Services, with a small business size standard of $25.5 million. The firm must clearly notate which states they have active production offices and which states they are licensed. Most work will be executed for repair and alteration projects within existing buildings. The estimated cost of construction at award (ECCA) could range from, but are not limited to, above micro-purchase threshold for construction (currently $2,000) to annual prospectus threshold (currently $3.961M). In accordance with the Brooks Act, fees for design services cannot exceed 6% of the ECCA. For more information about the 6% fee limitation, see FAR 15.404-9(c)(4)(ii) (GSA Class Deviation RFO-2025-15). The GSA's Public Building Service owns or leases an inventory of more than 8,500 assets, maintains over 359 million square feet of owned and leased workspace and preserves more than 500 historic properties nationwide. A broad range of services potentially requested under this short list may include, but are not limited to the following: 1. Core Project Life Cycle Services - These services cover the entire project lifecycle, from initial concept to post-construction closeout. Planning and Pre-Design Feasibility, pre-design, and project development studies Master planning Cost Estimating Real Estate Market Analysis Assessment and Investigation Existing conditions surveys, and field investigation Building condition survey evaluation reports (exterior and interior) Environmental investigation, reviews, inventories, and audits Energy audits and studies Design and Documentation Concept design, Design development, and Construction document development (both architectural and engineering) Interior design, including Furniture, Fixtures, and Equipment (FFE) Building standard documents Construction Support and Closeout Constructability review and evaluation Submittal and shop drawing review Management and inspection (M&I) services during construction and Construction inspection Building and system commissioning Post Construction Contract Services (PCCS); Record and close-out documents 2. Specialized Technical & System Design - Work requested often involves the assessment, repair, and upgrade of existing complex building systems. Mechanical, Electrical, and Plumbing (MEP) Full MEP services, including design of HVAC systems and electrical systems and lighting Assessment and design for mechanical components (e.g., pumps, fans, air handlers, water distribution systems) and air distribution Design of water and waste water systems, including performance of sanitary inspections Temperature control assessment and design and BAS system assessment and integration Building Structure and Envelope Structural evaluation and design Fa ade evaluation and remediation design Water infiltration investigation and mitigation design Safety, Security, and Compliance Fire and Life Safety evaluation and design Rehabs to improve energy efficiency and safety concerns Seismic & Blast protection and Vertical Transportation Code Compliance 3. Suggested AE Disciplines and Expertise - AE/EA firms should include their licensure and/or specialized experience relevant to the contracts targeted for this shortlist. These include, but are not limited to the following disciplines. Coverage across all disciplines is not required: Core Architectural and Engineering Disciplines Architecture and Interior Architecture Mechanical Engineering, Electrical Engineering, Structural & Civil Engineering, and Plumbing Historic Preservation Specialized Expertise A Qualified/Licensed Fire Protection Engineer (NCEES)* Security Space Planning & Workplace Cost Estimating and Scheduling Environmental Services Modernization and Quality Control Building Information Modeling (BIM) Quality control review and Report writing SUBMISSION INSTRUCTIONS To be considered for future Architect-Engineer (AE) projects, your firm must submit a package demonstrating the applicability and comparability of its portfolio to the types of services outlined above. Please submit your complete package as a single PDF document. This file, which should be no larger than 20MB and no more than thirty (30) pages, must contain all submittal documents. All submissions must be emailed to the following email address: aeshortselection@gsa.gov. Firms are required to use the following naming convention for both their Submission Email Subject Line and PDF file: 2026 Submission - Firm Name - AE Shortlist CA AZ NV HI. Note: Hardcopy submissions received by mail will not be filed or considered. The following information shall be submitted as part of the thirty (30) page limit (LISTED IN REQUIRED ORDER): DO NOT SUBMIT ANY PROPRIETARY INFORMATION 1. A cover letter should precede your other data. The letter should outline the work your firm specializes in and include a brief description of your firm's capabilities specifically related to the project examples stated above. 2. SAM Entity Overview Print Out. System for Award Management (SAM) registration is required for award of federal contracts. You must have an active registration in SAM to be considered for project work. Contractors may register in SAM free of charge at https://sam.gov/ under the header labeled Register Your Entity or Get a Unique Entity ID. 3. Standard Form 330 - Architect-Engineer Qualifications. 4. A separate list of the licensed professionals and the States of their licensing for each. Note: This AE Shortlist is for the Architecture or Engineering Prime only, consultants are NOT part of this selection process. Submittals that don't contain the required documentation will be returned for revision. Organizing your submittal package in the same order enumerated above will facilitate a more efficient review process. Questions related to this announcement shall be referred to aeshortselection@gsa.gov . The link to the Q&A Document is provided below. Please note that this is a living Q&A document that will be updated regularly as new questions come in. The following information should be easily found in your SF330 Submission: 1. Relevant Project Experience, Demonstrated Comparability and Creative Problem Solving Offerors must provide a minimum of three (3) but no more than five (5) comparable project examples that demonstrate a wide range of repair and alterations work similar in budgets and complexities to those anticipated for contracts. An additional maximum of 10 relevant projects completed in the last 10 years can be submitted in list form. A comparable project is defined as an AE engagement involving the repair, alteration, or renovation of existing, occupied facilities, with a focus on both architectural and engineering solutions. Specifically, the project should demonstrate specialized experience in: Building system upgrades (e.g., MEP services or mechanical pump replacement) Historic preservation (especially classical building architecture) Workplace design Furthermore, a comparable project's Estimated Cost of Construction at Award (ECCA) should generally range from $50,000 to $500,000, and up to an annual prospectus threshold (currently $3.961M). Breadth of Scope: Teams must demonstrate proficiency in seamlessly incorporating architecture and engineering to solve both complex and routine design issues within existing buildings. Specialized Expertise: Highlight specialized experience in the areas most critical to the GSA/PBS mission. This must include work in: Occupied buildings Historic preservation, restoration, and adaptive reuse (Special consideration will be given to firms demonstrating experience with classical building architecture and design) Building system upgrades (e.g., MEP services, mechanical pump replacement, HVAC systems, electrical systems, and building controls). Workplace design strategies, interior office redesign, and Building Standard Documents Creative Problem Solving: Firms must demonstrate their ability to be creative and "think outside the box" when developing design solutions, especially given the constraints and challenges of government buildings and existing customer agencies while successfully navigating constraints such as schedule and budget. 2. Team Capacity, Management, and Quality Control The team's ability to manage projects efficiently, flexibly, and collaboratively is essential for handling the unpredictable nature of GSA task orders. Task Order Management and Flexibility: Demonstrate the ability to staff and manage task orders on an as-needed basis, accounting for the unpredictable issuance of work in terms of number, size, importance, and urgency. Consultant and Customer Agency Management: The Shortlist is for the Architecture or Engineering Prime only, but the firm must demonstrate its ability to manage its entire team. Firms must demonstrate proven success in establishing good relationships with and effectively managing future sub-consultants, as well as managing scope and communication while working with difficult customer agencies. Quality Assurance: Team must demonstrate formalized processes for quality control (QC) and a commitment to QC standards while consistently designing within the project's budget and schedule limitations. 3. Key Personnel Education and Qualifications Key Personnel must possess the education, professional qualifications, and specific project experience that provides the best opportunity for the successful completion of task orders under this contract. Licensing: Provide a separate list of states in which the firm is licensed. Specialized Roles: Key Personnel must demonstrate expertise in disciplines relevant to the services outlined above, such as a Qualified Fire Protection Engineer*, historic preservation, etc. 4. Past Performance Offerors should include CPARS (Contractor Performance Assessment Reporting System) if they have past government experience as the prime. No more than three (3) most recent records. Impact: If a firm does not have past government experience, they will not be negatively impacted during the selection process. *A Qualified Fire Protection Engineer is an individual with deep knowledge of fire physics and chemistry, meeting one of the following criteria: (a) An engineer with an undergraduate or graduate degree in fire protection/safety engineering, plus a minimum of 4 years of relevant work experience; (b) A registered Professional Engineer (P.E. or similar) in Fire Protection Engineering; or (c) A P.E. in a related engineering discipline who is a Professional Member of the Society of Fire Protection Engineers and has passed the NCEES fire protection exam. Please register to attend the industry outreach and Q&A meeting on May 15 at 11am CST by completing the Industry Outreach Registration Form (Link provided below).

Contacts
Contact nameJustin Panasiuk
Contact emailjustin.panasiuk@gsa.gov
Contact phoneNone
Secondary contact nameHeather Caney
Secondary contact emailheather.caney@gsa.gov
Secondary contact phoneNone
Same Region Opportunities

No same-region records available.