PER DIEM LOOK-UP
1 Choose a location
OR
OR
Rates for Alaska, Hawaii, and U.S. territories and possessions are set by the Department of Defense.
Rates for foreign countries are set by the Department of State.
An official website of the United States government
Here’s how you know
Official websites use .gov
A .gov website belongs to an official government organization in the United States.
Secure .gov websites use HTTPS
A lock
( )
or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.
The U.S. General Services Administration is paving the road for the federal government to lead by example by creating a one-stop-shop for the electric vehicles and charging infrastructure needed for federal agencies to transition to a zero emission fleet.
Executive Order 14008 - Tackling the Climate Crisis at Home and Abroad issued on January 27, 2021, outlines the importance of and places significant emphasis on climate change initiatives being launched across the government. GSA has an important and active role to play in many areas including greening Federal buildings and electrifying the Federal Fleet.
Executive Order 14057 - Catalyzing Clean Energy Industries and Jobs Through Federal Sustainability issued on December 8, 2021, sets goals including 100 percent zero-emission vehicle acquisitions by 2035, which will also entail deploying zero-emission vehicle re-refueling infrastructure for the Federal Fleet.
GSA’s Public Buildings Service has issued these Electric Vehicle Supply Equipment design build and construction indefinite delivery, indefinite quantity (IDIQ) contracts to support an influx of zero-emission vehicles to the Federal Fleet and provide a streamlined procurement process to support EVSE installation and related infrastructure improvements at Federal locations nationwide.
These PBS Governmentwide IDIQ contracts are established on a geographic zonal basis and are for use by any Federal Agency in both space under GSA’s jurisdiction, custody, or control and non-GSA controlled space.
This guide is written for Ordering Contracting Officers (OCOs) and addresses contracting unique to the EVSE D/B & Construction IDIQ contracts. In addition to this guide OCOs shall follow Federal Acquisition Regulation (FAR) requirements, their agency policies, and adhere to the terms of the EVSE D/B & Construction IDIQ contract.
Information to assist GSA and customer agencies in using the EVSE D/B & Construction IDIQ contracts is available at Governmentwide Design/Build and Construction IDIQ Contracts for EVSE Installation and Related Infrastructure.
The EVSE D/B & Construction IDIQ contracts are innovative, flexible, and easy to use. Some key benefits of using the EVSE D/B & Construction IDIQ contracts include:
To solicit and place a task order under the EVSE D/B & Construction IDIQ, the OCO must be
A warranted GSA PBS Contracting Officer
or
Please see Governmentwide Design/Build and Construction IDIQ Contracts for EVSE Installation and Related Infrastructure for additional details.
DPAs are issued to individual Contracting Officers, not agencies at large and there is no limit to the number issued within an agency.
For more information about RWAs, please visit Reimbursable Services (RS) Program
OCOs have the authority to solicit, award, and administer task orders against the EVSE D/B & Construction IDIQ contracts.
OCOs may not transfer the DPA to a non-delegated Contracting Officer.
OCO responsibilities include, but are not limited to:
The OCO for each task order may designate a Contracting Officer’s Representative (COR) to perform specific administrative or technical functions. The specific authority, limitations, and responsibilities of the COR for each task order shall be described in an appointment letter, a copy of which should be provided to the contractor. Unless expressly stated by the OCO, and in accordance with agency procedures, a COR has no actual, apparent, or implied authority to bind the Government.
The EVSE D/B & Construction IDIQ CO is the sole and exclusive GSA Government official with authority to administer and modify the EVSE D/B & Construction IDIQ contracts’ terms and conditions and monitor contractor performance in the areas of master contract compliance and contract administration. The EVSE D/B & Construction IDIQ CO may be contacted at pbs-ev-idiq@gsa.gov. The EVSE D/B & Construction IDIQ COR may be contacted at pbs-evse-solutions@gsa.gov
GSA controlled space and non-GSA controlled space
Non-GSA controlled space
For project support or questions, please contact pbs-evse-solutions@gsa.gov.
The EVSE D/B & Construction IDIQ contracts may be used to support EVSE installation and related infrastructure improvements at Federal locations nationwide.
These construction and design-build IDIQ contracts include architectural, engineering, construction, and other related services necessary to design and construct EVSE infrastructure improvements and installation.
Related services include, but are not limited to, feasibility studies, site assessments, site planning, utility coordination, relocation & connections, permitting, testing and inspection during construction, commissioning, and supporting the transition from construction to operations.
Construction and design-build services consist of interior and exterior building construction, and repair and alterations, including but not limited to: electrical, plumbing, mechanical, architectural, landscaping, exterior renovations, demolition services, abatement services (e.g., asbestos, lead, mold, and polychlorinated biphenyls, earthwork, pavement repair, and other miscellaneous work).
The work to be performed under the terms of these IDIQ contracts includes, but is not limited to: installation or modification of electrical service feeds, switchgear, switchboards, panel-boards, transformers, conduit, cabling; trenching, coring, road surfaces such as asphalt, concrete and other types of pavement; renovations, site work, signage, new construction, wall partition construction; HVAC ductwork modification and install; lighting installation and modification; modification of existing building fire sprinkler and fire alarm systems; and other such related work which would be outlined in Task Order and job drawings.
Task Orders may include requirements for feasibility studies/site assessments only.
Task Orders may include requirements for construction and/or design-build services.
When EV charging stations are included in an EVSE D/B & Construction IDIQ task order Statement of Work (SOW), it is mandated per the base IDIQ contract SOW section (8), that the EVSE IDIQ contractor purchase the EV charging stations off the Federal Supply Schedule (FSS) “Electric Vehicle Supply Equipment (EVSE) and Ancillary Services” Blanket Purchase Agreements (BPAs), pursuant to GSA Class Deviation CD-2022-04. (For EVSE BPA information, please see Electric Vehicle Charging Stations).
All EVSE D/B & Construction IDIQ Task Orders must be within the scope of EVSE D/B & Construction IDIQ contracts. Review the SOW located in the resource section below for a complete description of the scope.
The following requirements are prohibited under the EVSE D/B & Construction IDIQ contracts:
The PBS Governmentwide EVSE D/B & Construction IDIQ contracts include four (4) multiple-award geographic zones. The NAICS code is 236220, Commercial and Institutional Building Construction. All of the EVSE D/B & Construction IDIQ contracts have been set-aside for small businesses. The list of EVSE D/B & Construction IDIQ contract holders and their socio-economic status under each geographic zone is available on Governmentwide Design/Build and Construction IDIQ Contracts for EVSE Installation and Related Infrastructure.
The geographic zones are as follows:
The EVSE D/B & Construction IDIQs are multiple-award indefinite delivery, indefinite quantity contracts. When using EVSE D/B & Construction IDIQ contracts, OCOs must follow FAR 16.505 ordering procedures.
Orders under EVSE D/B & Construction IDIQ require Acquisition Planning and should begin as soon as the agency need is identified. All task orders must be funded by the ordering/receiving agency with the requirement. Follow the applicable instructions in FAR Part 7 together with the OCO agency’s procedures.
Orders under EVSE D/B & Construction IDIQ contracts -
OCOs are encouraged to issue Requests for Information (RFI), draft solicitations, and other documents to EVSE D/B & Construction IDIQ contract holders as part of their market research efforts.
For each task order, the OCO will determine the applicable geographic zone. If questions arise in determining the geographic zone to use, please contact the EVSE D/B & Construction IDIQ CO at pbs-ev-idiq@gsa.gov.
Competition of task order solicitations will be exclusive to the IDIQ contracts awarded within a geographic zone.
The EVSE D/B & Construction IDIQ contracts are firm-fixed price IDIQ contracts. All task orders under the EVSE D/B & Construction IDIQ contracts will be accomplished by the issuance of individual firm-fixed price task orders.
There is no single maximum order limitation (MOL) per contractor or individual Task Order.
There is no single MOL per year, other than the MOL of the entire geographic zone. For each geographic zone, the aggregate MOL for the entire duration of all contracts awarded is $500 million.
The period of performance for each task order awarded under an EVSE D/B & Construction IDIQ contract shall be specified in the task order in accordance with FAR 16.505(b).
Task orders shall be solicited and awarded prior to the expiration of the EVSE D/B & Construction IDIQ contract’s period of performance. After the EVSE D/B & Construction IDIQ contracts expire, they will remain active for administration purposes only.
See FAR 2.101 for additional details.
Fair opportunity: The OCO must provide each awardee within the applicable geographic zone a fair opportunity to be considered for each order exceeding the micro-purchase threshold (MPT) (see FAR16.505(b)(1)(i)) unless one of the exceptions to the fair opportunity process under FAR 16.505(b)(2) apply. OCOs may exercise broad discretion in developing appropriate order placement procedures. OCOs should keep submission requirements to a minimum. OCOs may use streamlined procedures, including oral presentations.
OCOs should refer to FAR 16.505(b)(1)(v) for additional considerations when developing the procedures.
Fair opportunity procedures in accordance with FAR 16.505(b)(1), prescribed for the dollar value of the task order, must be used unless an authorized exception applies. Fair opportunity requirements under FAR 16.505(b)(1) do not apply when a contracting officer (at their discretion) is setting aside an order for any of the small business concerns identified in FAR 19.000(a)(3). See FAR 16.505(b)(2)(i)(F).Additional exceptions to the fair opportunity procedures.
Fair opportunity procedures in accordance with FAR 16.505(b)(1), prescribed for the dollar value of the task order, must be used unless an authorized exception applies. Fair opportunity requirements under FAR 16.505(b)(1) do not apply when a contracting officer (at their discretion) is setting aside an order for any of the small business concerns identified in FAR 19.000(a)(3). See FAR 16.505(b)(2)(i)(F).Additional exceptions to the fair opportunity procedures can be found at FAR 16.505(b)(2). If the OCO plans to award a task order based on an exception to fair opportunity the OCO must prepare a written justification for exception to fair opportunity that follows the requirements descriptive in (FAR 16.505(b)(2)(ii)) should be prepared as part of the planning process. Any required notices and postings must also be issued in accordance with the FAR and agency procedures.
When procuring items peculiar to one manufacturer, the OCO must justify restricting consideration to a particular brand-name, product, or a feature of a product that is peculiar to one manufacturer. A brand-name item, even if available on more than one contract, is an item peculiar to one manufacturer. Brand-name specifications shall not be used unless the particular brand-name, product, or feature is essential to the Government’s requirements and market research indicates other companies’ similar products, or products lacking the particular feature, do not meet, or cannot be modified to meet, the agency’s needs.
Justifications for the use of brand-name specifications must be completed and approved at the time the requirement for a brand-name is determined, see FAR 16.505(a)(4).
Other key considerations to address in developing your acquisition plan and preparing a task order solicitation include:
The OCO may exercise broad discretion in developing appropriate order placement procedures. Individual orders shall clearly describe all services to be performed or supplies to be delivered so the full price for the performance of the work can be established when the order is placed. Orders shall be within the scope, issued within the period of performance, and be within the maximum value of the contract of the EVSE D/B & Construction IDIQ contract.
Example task order SOW templates and other resources have been developed and may be obtained by contacting: pbs.evse.solutions@gsa.gov
OCOs may also issue RFIs under all of the EVSE D/B & Construction IDIQ contracts. The requested information and documentation should correspond in size, degree, and proportion with the type of request. RFIs should be for relevant and easily obtainable information. As a courtesy, confirm and acknowledge receipt of contractor responses.
OCOs shall ensure that an Independent Government Estimate (IGE) shall be prepared and furnished to the OCO at the earliest practicable time for each proposed task order. Please see FAR 36.203 for additional details. Agencies may also have supplemental regulations or policies.
The EVSE D/B & Construction IDIQ contracts contain FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011) and GSAR 552.204-9, Personal Identity Verification Requirements (APR 2023). The task order solicitation should clearly express any additional requirements for security clearances, both facility and personnel. Tailor the security clearance requirement to your agency’s needs.
Use the solicitation form and format prescribed and used by your agency for task order solicitations, consistent with FAR 16.505 procedures.
Use of the Uniform Contract Format found in FAR 15.204-1 is not required for EVSE D/B & Construction IDIQ orders. Furthermore, we do not recommend its use for EVSE D/B & Construction IDIQ task orders as it can lead to confusion between the ordering procedures found in FAR 16.505 versus source selection procedures found in FAR 15.3, which are not applicable to EVSE D/B & Construction IDIQ task orders.
In addition to the information required by FAR 16.505(a)(7), all task order solicitations shall provide the following information at a minimum:
For construction task orders, OCOs must disclose the magnitude of the requirement in terms of physical characteristics and estimated price range. Do not disclose the Government’s estimate (FAR 36.204). Agencies may also have supplemental regulations or policies (e.g., GSAM 536.204).
The clauses FAR 52.236-2, Differing Site Conditions, and FAR 52.236-3, Site Investigations and Conditions Affecting the Work, are included in the EVSE D/B & Construction IDIQ contracts.
The OCO should make appropriate arrangements for prospective offerors to inspect the work site and to have the opportunity to examine data available to the Government which may provide information concerning the performance of the work. The solicitation should notify offerors of the time and place for the site inspection and data examination.
If it is not feasible for offerors to inspect the site or examine the data on their own, the solicitation should also designate an individual who will show the site or data to the offerors. Significant site information and the data should be made available to all offerors in the same manner, including information regarding any utilities to be furnished during construction. A record should be kept of the identity and affiliation of all offerors’ representatives who inspect the site or examine the data FAR 36.210.
If feasible, OCOs should consider opportunities for virtual site visits and/or pre-proposal conferences.
If applicable, liquidated damages will be established at the task order level and will include liquidated damage rates in the solicitation. The OCO must evaluate the need for liquidated damages in a construction contract in accordance with FAR 11.502, FAR 36.206, FAR 52.211-12 and agency regulations.
In construction task order solicitations expected to exceed $10,000, OCOs shall include the provision FAR 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction.
In accordance with FAR 16.505(b)(1)(ii), the policies in FAR 15.3 (Source Selection) DO NOT apply to the EVSE D/B & Construction IDIQ ordering process. OCOs may exercise broad discretion in developing appropriate order placement procedures. OCOs should keep submission requirements to a minimum. OCOs may use streamlined procedures, including oral presentations.
The task order solicitation and award process should be as streamlined as practical to reduce solicitation and proposal preparation costs and time for both the Government and the contractor, respectively.
OCOs have flexibility to develop an evaluation methodology based only on price or on price and technical criteria.
Pricing has been established on a competitive basis at the IDIQ contract level for common line items anticipated to be used frequently. Unless the OCO specifies another format, task order price proposals shall utilize the line items established in the IDIQ contract and not exceed the line item prices established in the IDIQ contract.
OCOs may send an email to pbs-ev-idiq@gsa.gov to request established common line item pricing.
For any work that is not covered by line items established in the IDIQ contract, the OCO will specify the format of price proposal. This contract has been created with flexibility and OCOs may specify task order price proposal instructions best-suited for each task order.
The EVSE D/B & Construction IDIQ contracts contain the applicable Construction Wage Rate Requirements statute (formerly known as the Davis Bacon Act) FAR clauses. The OCO is responsible for incorporating the applicable wage determination into each task order solicitation and incorporating the most current wage determination into each task order (see FAR 22.4). Construction Wage Determinations may be found at this link on SAM.gov.
In accordance with FAR 28.101-2, OCOs must include FAR 52.228-1, Bid Guarantee, in task order solicitations expected to exceed $150,000.
OCOs shall specify requirements for payment protection in task order solicitations when the task order is expected to be valued at $35,000 through $150,000 (see FAR 28.102-1(b)).
OCOs shall specify requirements for performance and payment bonds in task order solicitations when the task order is expected to exceed $150,000 (see FAR 28.102-1(a)).
Applicable clauses required by 40 U.S.C. chapter 31, subchapter III, Bonds (formerly known as the Miller Act), are already included within the EVSE D/B & Construction IDIQ contracts.
Task orders are issued in accordance with all applicable regulations and the terms and conditions of the IDIQ contract. If there is a conflict between a task order and the EVSE D/B & Construction IDIQ Master Contracts, the EVSE D/B & Construction IDIQ Master Contract shall control.
FAR 52.251-1, Government Supply Sources (Apr 2012), is included in the IDIQ contracts and does not need to be added at the task order level.
The IDIQ contracts include a written finding in the contract file that supports issuance of the authorization to the buying contractor to use Government supply sources in accordance with FAR 51.102(a). Therefore, this does not need to be added at the task order level.
The EVSE D/B & Construction IDIQ contracts contain the clause at FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021).
OCOs shall include the provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, in all task order solicitations.
See FAR 4.21 for additional information.
The EVSE D/B & Construction IDIQ contracts contain FAR 52.216-32, Task-Order and Delivery-Order Ombudsman (Sept 2019) Alternate I (Sept 2019). In task order solicitations, OCOs must insert clause FAR 52.216-32 (d)(2) into their orders which includes a request for the name, address, telephone number, and email address for the ordering activity’s Ombudsman or provide the URL address where this information may be found.
Other agency OCOs: Please provide the applicable information.
Learn how to get help with your procurement complaint.
GSA Class Deviation CD-2022-04 [PDF - 422 KB] allows OCOs to authorize contractors under these IDIQ contracts to use the Federal Supply Schedule (FSS) “Electric Vehicle Supply Equipment (EVSE) and Ancillary Services” Blanket Purchase Agreements (BPAs) for supplies and ancillary services required to support electrification of the Federal fleet, to include infrastructure. (For EVSE BPA information, please see Electric Vehicle Charging Stations).
These BPAs provide access for Federal agencies and contractors awarded under these IDIQs, to acquire EVSE and ancillary services at discounted prices, which have met Supply Chain Risk Management and IT privacy and security requirements. In addition, they offer streamlined ordering procedures to support the rapid acquisition and deployment of electric vehicles through providing the supporting infrastructure.
Use of the FAS EVSE and Ancillary Services BPAs for electric vehicle charging stations specified in the task order requirements is mandatory, unless the required electric vehicle charging stations are not available on the BPAs. In the event that a contractor determines that required electric vehicle charging stations under a task order are not available through the FAS EVSE and Ancillary Services BPAs, contractors must notify the Task Order Contracting Officer as soon as practicable to request an exception from this requirement. OCOs may grant an exception if the required electric vehicle charging stations are not available on the BPAs. OCOs should document this in the task order file.
If necessary, the EVSE D/B & Construction IDIQ CO may identify other grounds for exceptions. OCOs may request an exception for other grounds by submitting a request to the EVSE D/B & Construction IDIQ CO at pbs-ev-idiq@gsa.gov.
If an exception has been provided, and electric vehicle charging stations are included in task order requirements, OCOs must consider if additional requirements (e.g., privacy, IT, cybersecurity and supply chain risk management (SCRM) requirements) should be included in the task order. For requirements in space under GSA’s jurisdiction, custody, and control (GSA Space), coordinate with the EVSE D/B & Construction IDIQ CO at pbs-ev-idiq@gsa.gov.
In non-GSA space, OCOs must follow the ordering agency’s procedures.
Additional requirements (e.g., privacy, IT, cybersecurity and supply chain risk management (SCRM) requirements) may be specified at the task order level. For example, in GSA Space, additional requirements may be needed if EVSE will connect to the GSA network. In non-GSA Space, OCOs must follow agency procedures.
Use of the EVSE BPAs for electric vehicle charging stations specified in the task order requirements is mandatory under the EVSE D/B & Construction IDIQ contracts. OCOs must include with each task order the following:
Additionally, EVSE D/B & Construction IDIQ contractors authorized to place orders under the EVSE BPAs must:
Task order solicitations are emailed to the respective zone contractors. IDIQ contractor email addresses are located at Governmentwide Design/Build and Construction IDIQ Contracts for EVSE Installation and Related Infrastructure and include the official points of contact for all EVSE D/B & Construction IDIQ contract holders. These IDIQ contractor email addresses are for OCOs to issue solicitations, RFIs, Sources Sought Notices, or other market research requests.
Afford all contractors responding to the notice a reasonable response period to submit an offer and have that offer fairly considered.
Contractors are not obligated to propose on all task orders. However, they are required to notify the OCO within seven (7) calendar days, unless another timeframe is specified by the OCO, if they cannot submit an offer in response to a solicitation. Failure to provide this notification may impact future consideration of the contractor for task orders and the exercise of any option.
OCOs should evaluate proposals based on the methodology stated in the task order solicitation to maintain fairness in the ordering process and mitigate protest risk.
The OCO shall document in the contract file the rationale for placement and price of each order, including the basis for award and the rationale for any tradeoffs among cost or price and non-cost considerations in making the award decision.
The contract file shall also identify the basis for using an exception to the fair opportunity process.
The OCO is responsible for analyzing order proposals and documenting the price evaluation to include a determination that the final agreed-to price is fair and reasonable. To the maximum extent practicable, price analysis should be based on competition (see FAR 15.4).
For supplies and/or ancillary services on the BPA, established BPA pricing may be found at Electric Vehicle Charging Stations. Discounts should be sought at the ordering level, more information in the EVSE BPA Ordering Guide.
Document your task order awards in accordance with regulation and agency specific policies.
GSA OCOs must use the GSA Form 300, Order for Supplies and Services. Other agency OCOs must follow agency procedures.
For orders based on an exception to fair opportunity, in accordance with FAR 16.505(b)(2)(ii)(D), the OCO must post the required public notice within 14 days after placing the order. If the exception “urgent/ unacceptable delay” is used, the public notice must be posted within 30 days after placing the order. This posting requirement includes posting the justification approved for the exception at the Government point of entry https://sam.gov. This requirement does not apply to orders that are set-aside for small business concerns. See FAR 16.505(b)(2)(i)(F), FAR 16.505(b)(2)(ii)(D)(5)(ii).
Actions excluded from this notice requirement are disclosures that would compromise national security.
Notice to Proceed may be issued upon award of the task order under $35,000.
Task orders valued at $35,000 through $150,000, a form of payment protection must be provided and accepted by the Government (payment bond or irrevocable letter of credit) before an NTP can be issued FAR 52.228-13
Task orders over $150,000, both performance and payment bonds must be received and accepted by the Government prior to issuance of the NTP. FAR 52.228-15
Payment and/or performance bonds shall be submitted no later than ten (10) calendar days after task order award, unless another timeframe is specified by the OCO. The contractor will be required to submit proof of payment for the bonds for task orders.
The OCO is encouraged to contact the EVSE D/B & Construction IDIQ CO for assistance with disputes, claims, or protests. However, the OCO is responsible for resolving any performance issues, disputes, claims, or protests at the task order level.
Task order protests are not authorized under FAR 16.505(a)(10) except for:
FAR 16.505(a)(10)(ii) grants sole authority to GAO to hear such protests, which must be filed in accordance with the procedures at FAR 33.104.
Notwithstanding that DoD, NASA, and the Coast Guard have a minimum task order protest threshold of $25 million, GAO jurisdiction flows from the EVSE D/B & Construction IDIQ contracts no matter which agency funds or issues the order. Hence the minimum protest threshold for all orders under EVSE D/B & Construction IDIQ contracts is $10M as stated in FAR 16.505(a)(10)(i)(B)(1).
Reference GAO Cases B-413758.2, B-413758.3 November 28, 2016, ruling on jurisdictional grounds in regards to a title 10 agency placing an order against an IDIQ awarded by a Title 41 agency.
The GSA Ombudsman shall review and resolve complaints from contractors concerning task order actions made by GSA at https://www.gsa.gov/policy-regulations/policy/acquisition-policy/get-help-with-your-gsa-procurement-complaint
Complaints regarding task order actions of other agencies using GSA contract vehicles shall be directed to the ordering agency’s Task-Order Ombudsman. FAR 52.216.32
Before consulting with the Ombudsman, the Contractor is encouraged to first address complaints with the OCO for resolution. When requested by the Contractor, the Ombudsman may keep the identity of the concerned party or entity confidential, unless prohibited by law or agency procedure. Consulting an ombudsman does not alter or postpone the timeline for any other process (e.g., protests).
Task order awards shall be reported in the Federal Procurement Data System at fpds.gov within 3 calendar days after execution of the action. This requirement also applies to agencies that may not otherwise be required to create FPDS-NG reports (i.e. agencies that do not receive appropriated funds).
It is important that each EVSE D/B & Construction IDIQ task order is reported as an order under the correct EVSE D/B & Construction IDIQ contract number (Reference IDV). Data accuracy is very important to make sure your FPDS-NG reports accurately reflect award data.
In accordance with FAR 16.505(b)(6), OCOs shall notify unsuccessful awardees when the total price of a task order exceeds $6 million. Post-award notification to unsuccessful awardees follow procedures at FAR 15.503(b)(1).
Post-award debriefing to unsuccessful awardees follow procedures at FAR 15.506. A summary of the debriefing shall be included in the task or delivery order file
Within approximately 90 days after a task order award under an EVSE D/B & Construction IDIQ, the ordering contracting officer (OCO) is requested to complete the OCO EVSE D/B & Construction IDIQ Post Award Survey to collect information regarding the OCO’s experience with the EVSE D/B & Construction IDIQ task order acquisition process and the offers received as well as any suggestions for improvement.
All task order modifications must be reported in FPDS-NG. This requirement also applies to agencies that may not otherwise be required to create FPDS-NG reports (i.e. agencies that do not receive appropriated funds).
The IDIQ contracts include FAR 52.232-27, Prompt Payment for Construction Contracts (JAN 2017) and supplemented by GSAR 552.232-5, Payments under Fixed-Price Construction Contracts (MAR 2019). In accordance with FAR 52.232-27, the period for payments is as follows:
FAR 52.219-14, Limitations on Subcontracting (Sep 2021), is incorporated at the IDIQ contract level.
In accordance with this clause, the EVSE D/B & Construction IDIQ contractor will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 85 percent subcontract amount that cannot be exceeded. The Contractor shall comply with the limitations on subcontracting by the end of the performance period for each order issued under the contract.
The OCO is responsible for reviewing and documenting examinations of submitted payrolls and payroll statements. The contractor must submit for the contractor and each subcontractor, copies of weekly payrolls applicable to the contract, and weekly payroll statements of compliance. The contractor may use the Department of Labor Form WH-347, or a similar form that provides the same data and identical representation. (FAR 22.406-6).
The OCO is responsible for conducting regular compliance checks to ensure compliance with labor standards requirements. FAR 22.406-7.
Each OCO is responsible for ensuring the contractor’s performance on each order is reported in CPARS in accordance with the policies in FAR 42.15. Reporting is required for construction order contracts that have an aggregate value (base and all options value) at award (or result of modification) > $750,000.
Follow your agency’s procedures for preparation, review, and submission of performance reports. GSA will consider task order performance information as part of performance evaluations at the IDIQ contract level. Task order performance may also be considered when the EVSE D/B & Construction IDIQ considers exercising option periods of performance.
The OCO is responsible for closing out their task order(s). The procedures prescribed in FAR 4.804-5 shall be used for closing out the contract file except when it is appropriate to use the quick-closeout procedure in FAR 42.708.
EVSE D/B & Construction IDIQ resources have been developed to assist you in effectively and efficiently using the EVSE D/B & Construction IDIQ contracts. These resources are constantly updated to better assist agencies meet their requirements.
Send your questions regarding the ordering process to bs-ev-idiq@gsa.gov.
Project support or technical questions contact pbs-evse-solutions@gsa.gov.
Governmentwide Design/Build and Construction IDIQ Contracts for EVSE Installation and Related Infrastructure includes resources for the EVSE D/B & Construction IDIQ (additional resources are being developed and are expected to be available soon).
Error, The Per Diem API is not responding. Please try again later.
No results could be found for the location you've entered.
Rates for Alaska, Hawaii, and U.S. territories and possessions are set by the Department of Defense.
Rates for foreign countries are set by the Department of State.
Rates are available between 10/1/2022 and 09/30/2025.
The End Date of your trip can not occur before the Start Date.
Traveler reimbursement is based on the location of the work activities and not the accommodations, unless lodging is not available at the work activity, then the agency may authorize the rate where lodging is obtained.
Unless otherwise specified, the per diem locality is defined as "all locations within, or entirely surrounded by, the corporate limits of the key city, including independent entities located within those boundaries."
Per diem localities with county definitions shall include"all locations within, or entirely surrounded by, the corporate limits of the key city as well as the boundaries of the listed counties, including independent entities located within the boundaries of the key city and the listed counties (unless otherwise listed separately)."
When a military installation or Government - related facility(whether or not specifically named) is located partially within more than one city or county boundary, the applicable per diem rate for the entire installation or facility is the higher of the rates which apply to the cities and / or counties, even though part(s) of such activities may be located outside the defined per diem locality.
An SBA program that helps provide a level playing field for small businesses owned by socially and economically disadvantaged people or entities that meet the following eligibility requirements:
See Title 13 Part 124 of the Code of Federal Regulations for more information.
From 5 USC 5701(6), "continental United States" means the several states and the District of Columbia, but does not include Alaska or Hawaii.
A multiple-award IDIQ governmentwide acquisition contract offering complete and flexible IT solutions worldwide. A best-in-class GWAC and preferred governmentwide solution, Alliant 2 offers:
It provides best-value IT solutions to federal agencies, while strengthening chances in federal contracting for small businesses through subcontracting.
A dedicated, flexible fuel, or dual-fuel vehicle designed to operate on at least one alternative fuel.
An investment in our nation’s infrastructure and competitiveness. The law provides funding for LPOE modernization projects that will create new good-paying jobs, bolster safety and security, and make our economy more resilient to supply chain challenges.
An agreement established by a government buyer with a Multiple Award Schedule contractor to fill repetitive needs for supplies or services.
Types of funds to use on specific expenses.
The work done to make a structure or system ready for use or to bring a construction or development project to a completed state.
Negotiated firm-fixed pricing on airline seats for official government travel. The locked-in ticket prices for the fiscal year save federal agencies time and money. Federal employees enjoy flexibility to change their plans without incurring penalties or additional costs. All negotiated rates have:
Use the CPP search tool to find current fares.
A space where individuals work independently or co-work collaboratively in a shared office. The work environment is similar to a typical office, usually inclusive of office equipment and amenities. Typical features of co-working facilities include work spaces, wireless internet, communal printer/copier/fax, shared kitchens, restrooms and open seating areas. May also be referred to as a “shared office.”
A system that is bought from a commercial vendor to solve a particular problem, as opposed to one that a vendor custom builds.
An employee who negotiates and awards contracts with vendors and who has the sole authority to change, alter or modify a contract.
An employee whose duties are to develop proper requirements and ensure contractors meet the commitments during contract administration, including the timeliness and delivery of quality goods and services as required by the contract.
A request of GSA where a federal agency retains and manages all aspects of the procurement process and is able to work with the selected vendor after award.
The process of handling real property that is surplus to the federal government’s needs. Federal law mandates the disposal process, which has these major steps (although not every property goes through every step):
An SBA program that gives preferential consideration for certain government contracts to businesses that meet the following eligibility requirements:
See Title 13 Part 127 Subpart B of the Code of Federal Regulations for more information.
A vehicle that is powered by an electric motor drawing current from rechargeable storage batteries or other portable electrical energy storage devices, as defined by 10 C.F.R. § 474.2. It includes a battery electric vehicle, a plug-in hybrid electric vehicle, a fuel-cell electric vehicle, etc.
Also called electric vehicle chargers, this includes EV charge cords, charge stands, attachment plugs, vehicle connectors, and protection, which provide for the safe transfer of energy between the electric utility power and the electric vehicle.
The primary regulation for federal agencies to use when buying supplies and services with funds from Congress.
Use acquisition.gov to browse FAR parts or subparts or download the full FAR in various formats.
The travel and relocation policy for all federal civilian employees and others authorized to travel at government expense.
A program that promotes the adoption of secure cloud services across the federal government by providing a standardized approach to security and risk assessment.
A GSA business line that provides safe, reliable, low-cost vehicle solutions for federal agency customers and eligible entities. Offerings include:
A charge card for U.S. government personnel to use when paying for fuel and maintenance of GSA Fleet vehicles. Find out where the Fleet card is accepted, how to use it and more.
A Department of Homeland Security program that allows members to use expedited lanes at U.S. airports and when crossing international borders by air, land and sea.
A charge card for certain U.S. Government employees to use when buying mission-related supplies or services using simplified acquisition procedures, when applicable, and when the total cost does not exceed micro-purchase thresholds.
A charge card for U.S. government personnel to use when paying for reimbursable expenses while on official travel. Visit smartpay.gsa.gov for more.
A vehicle used to perform an agency’s mission(s), as authorized by the agency.
A pre-competed, multiple-award, indefinite delivery, indefinite quantity contract that agencies can use to buy total IT solutions more efficiently and economically.
A ceremony marking the official start of a new construction project, typically involving driving shovels into ground at the site.
An online shopping and ordering system at gsaadvantage.gov that provides access for federal government employees and in some cases, state and local entities, to purchase from thousands of contractors offering millions of supplies and services.
An online auction site at gsaauctions.gov that allows the general public to bid on and buy excess federal personal property assets such as:
Real property for which GSA is responsible. It can be either federally owned or leased from a public or private property owner.
An SBA program that gives preferential consideration for certain government contracts to business that meet the following eligibility requirements:
See Title 13 Part 126 Subpart B of the Code of Federal Regulations for more information.
A type of contract when the quantity of supplies or services, above a specified minimum, the government will require is not known. IDIQs help streamline the contract process and speed service delivery.
A fee paid by businesses who are awarded contracts under Multiple Award Schedule to cover GSA’s cost of operating the program. The fee is a fixed percentage of reported sales under MAS contracts that contractors pay within 30 calendar days following the completion of each quarter.
A law that provides $3.375 billion for us to:
This includes $2.15 billion for low embodied carbon materials in construction projects, $975 million to support emerging and sustainable technologies, and $250 million for measures to convert more buildings into High Performance Green Buildings.
A written agreement entered into between two federal agencies, or major organizational units within an agency, which specifies the goods to be furnished or tasks to be accomplished by one agency (the servicing agency) in support of the other (the requesting agency).
A facility, also known as a border station, that provides controlled entry into or departure from the United States for persons or materials. It houses the U.S. Customs and Border Protection and other federal inspection agencies responsible for the enforcement of federal laws related to entering into or departing from the U.S.
An employee who is responsible for preparing, negotiating, awarding and monitoring compliance of lease agreements.
Criteria used to select the technically acceptable proposal with the lowest evaluated price. Solicitations must specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.
The rate of reimbursement for driving a privately owned vehicle when your agency authorizes it. Current rates are at gsa.gov/mileage.
Long-term governmentwide contracts with commercial firms providing federal, state, and local government buyers access to more than 11 million commercial products and services at volume discount pricing. Also called Schedules or Federal Supply Schedules.
The standard federal agencies use to classify business establishments for the purpose of collecting, analyzing, and publishing statistical data related to the U.S. business economy.
A family of six separate governmentwide multiple award, IDIQ contracts for management and advisory, facilities, technical and engineering, logistics, intelligence services, research and development, environmental, and enterprise solutions.
A formal, signed agreement between GSA’s Public Buildings Service and a federal agency for a specific space assignment.
Services performed under a contract with a federal agency that include:
Official verification of someone’s origin, identity, and nationality. A U.S. passport is required of U.S. citizens for international travel and reentry into the United States. There are three types of passports: diplomatic, official, and regular. A government official may have at the same time a valid regular passport and a valid official or diplomatic passport. Use GSA Form 2083 to begin a request for an official passport.
The per day rates for the lower 48 continental United States, which federal employees are reimbursed for expenses incurred while on official travel. Per diem includes three allowances:
An identification card that allows credentialed government personal to access facilities, computers, or information systems. May also be referred to as HSPD-12 card, LincPass, Smart Card, or CAC.
Furniture and equipment such as appliances, wall hangings, technological devices, and the relocation expenses for such property.
Information that can be used to distinguish or trace an individual’s identity, either alone or when combined with other information that is linked or linkable to a specific individual. Get our agency's privacy policies and practices as they apply to our employees, contractors, and clients.
You should only drive a privately owned vehicle for official travel after your agency evaluates the use of:
When your agency has determined a POV to be the most advantageous method of transportation, you are authorized reimbursement for mileage and some additional allowances (parking, bridge, road and tunnel fees, etc.).
Approvals from GSA’s congressional authorizing committees, the U.S. Senate Committee on Environment and Public Works and the U.S. House Committee on Transportation and Infrastructure, for proposed capital and leasing projects that require funding over an annually established threshold.
Region 1 (New England): Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont
Region 2 (Northeast and Caribbean): Northern New Jersey, New York, Puerto Rico, U.S. Virgin Islands
Region 3 (Mid-Atlantic): Delaware, parts of Maryland, Southern New Jersey, Pennsylvania, parts of Virginia, West Virginia
Region 4 (Southeast Sunbelt): Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, Tennessee
Region 5 (Great Lakes): Illinois, Indiana, Michigan, Minnesota, Ohio, Wisconsin
Region 6 (Heartland): Iowa, Kansas, Missouri, Nebraska
Region 7 (Greater Southwest): Arkansas, Louisiana, New Mexico, Oklahoma, Texas
Region 8 (Rocky Mountain): Colorado, Montana, North Dakota, South Dakota, Utah, Wyoming
Region 9 (Pacific Rim): Arizona, California, Hawaii, Nevada
Region 10 (Northwest Arctic): Alaska, Idaho, Oregon, Washington
Region 11 (National Capital): Washington, D.C., area including parts of Maryland and Virginia
Formal agreements between GSA and a federal agency customer where GSA agrees to provide goods, services, or both, and the federal agency agrees to reimburse GSA’s direct and indirect costs. The customer portal for RWA information is called eRETA at extportal.pbs.gsa.gov.
A document used in negotiated procurements to communicate government requirements to prospective contractors (firms holding Multiple Award Schedule contracts) and to solicit proposals (offers) from them.
A document used to communicate government requirements, but which do not solicit binding offers. Quotations submitted in response are not offers. The Multiple Award Schedule order is the offer, and then the contractor can do something to show acceptance, like ordering supplies or contacting subcontractors.
An SBA program that gives preferential consideration for certain government contracts to businesses that meet the following eligibility requirements:
See Title 13 Part 125 Subpart B of the Code of Federal Regulations for more information.
An SBA designation for businesses that meet size standards set for each NAICS code. Most manufacturing companies with 500 employees or fewer, and most non-manufacturing businesses with average annual receipts under $7.5 million, will qualify as a small business.
See Title 13 Part 121.201 of the Code of Federal Regulations for more information.
To improve and stimulate small business utilization, we award contracts to businesses that are owned and controlled by socially and economically disadvantaged individuals. We have contracting assistance for:
A Small Business Administration program that gives preferential consideration for certain government contracts to business that meet the following eligibility requirements:
See Title 13 Section 124.1001 of the Code of Federal Regulations for more information.
The basis for the lease negotiation process, which becomes part of the lease. SFOs include the information necessary to enable prospective offerors to prepare proposals. See SFO minimum requirements.
Specific supply and service subcategories within our Multiple Award Schedule. For the Information Technology Category, a SIN might be new equipment or cloud services.
A national policy committing to create and maintain conditions under which humans and nature can exist in productive harmony to support present and future generations.
An online system at sam.gov, which the U.S. Government uses to consolidate acquisition and award systems for use by contractors wishing to do business with the federal government. Formerly known as FBO.gov, all contracting opportunities valued over $25,000 are posted at sam.gov.
When you use a government purchase card, such as the "GSA SmartPay" travel card for business travel, your lodging and rental car costs may be exempt from state sales tax. Individually billed account travel cards are not tax exempt in all states. Search for exemption status, forms and important information.
The finishes and fixtures federal agency tenants select that take a space from a shell condition to a finished, usable condition and compliant with all applicable building codes and standards.
A statute that applies to all Multiple Award Schedule contracts, unless otherwise stated in the solicitation or contract, which requires contractors to sell to the U.S. Government only products that are manufactured or “substantially transformed” in the U.S. or a TAA-designated country.
An option for vendors to report transactional data — information generated when the government purchases goods or services from a vendor — to help us make federal government buying more effective.
See our TDR page for which SINs are eligible and which line-item data to submit.
A unique number required to do business with the federal government.
An indicator of how efficiently a federal agency is currently using space, it is traditionally calculated by dividing the usable square feet of the space, by the number of personnel who occupy the space.
A Small Business Administration program that gives preferential consideration for certain government contracts to businesses that meet the following eligibility requirements:
A governmentwide acquisition contract exclusively for service-disabled veteran-owned small businesses to sell IT services such as:
The amount of solid waste, such as trash or garbage, construction and demolition waste, and hazardous waste, that is reused, recycled or composted instead of being put in a landfill or burned.
A GSA program designed to promote recycling and reuse of solid waste.
A Small Business Administration program that gives preferential consideration for certain government contracts to businesses that meet the following eligibility requirements:
See Title 13 Part 127 Subpart B of the Code of Federal Regulations for more information.
Vehicles that, when operating, produce zero tailpipe exhaust emissions of any criteria pollutant (or precursor pollutant) or greenhouse gas. These include battery and fuel cell electric vehicles, as well as plug-in hybrid vehicles that are capable of operating on gas and electricity. They also may be called all-electric vehicles.