Fort Johnson Vertical Constructon MATOC 8a Pool
ID: W9126GR240124Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST FT WORTHFORT WORTH, TX, 76102-6124, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    This is a Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY's W076 ENDIST FT WORTH office for a 100% Small Business 8(a) Set-Aside contract, targeting 8(a) firms nationwide. The procurement is for a Fort Johnson Vertical Construction Multiple Award Task Order Contract (MATOC) in Louisiana, with a focus on commercial and institutional building construction (NAICS code 236220). The contract aims to establish an IDIQ MATOC for up to five small businesses, with a shared capacity of $95M, primarily to support facilities construction and repair at Fort Johnson (formerly Fort Polk), though it may also support other USACE programs within the Southwestern Division.

    The construction program will involve various projects like police stations, flight control towers, and maintenance facilities, encompassing both Design-Build and Design-Bid-Build methods. The RFP is expected to be issued around April 29, 2024, and the contract will have a base period of seven years. Task orders will be issued as Firm Fixed Price or Fixed Price Incentive Firm, and each awardee will have a fair chance to compete for them. The minimum guarantee amount is $2,500, and contractors must adhere to Davis-Bacon Act wage and benefit requirements. Interested firms must be registered in SAM.gov and monitor the website for solicitation amendments.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Facilities Sustainment, Restoration, and Modernization (FSRM), and Military/Civil Construction, Design-Build (D-B)/Design-Bid-Build(D-B-B) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified small businesses to participate in a Sources Sought announcement for a Facilities Sustainment, Restoration, and Modernization (FSRM) and Military/Civil Construction Multiple Award Task Order Contract (MATOC). The procurement aims to gather information on the capabilities of small businesses to provide a range of construction services under NAICS code 236220, including design-build and design-bid-build projects, with a focus on work within the Omaha District's Area of Responsibility, particularly in North Dakota and South Dakota. This initiative is crucial for maintaining and upgrading military and civil facilities, including hospitals and secure spaces, with anticipated task orders ranging from $50,000 to over $18 million. Interested parties must submit their responses by June 23, 2025, to Tyler Hegge and Michelle Alcover via the provided email addresses, and must be registered in SAM to be eligible for contract awards.
    FY25 Design Build/Design Bid Build (DB/DBB) General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking proposals for a Design Build/Design Bid Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) under a 100% Small Business Set-Aside. This procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total Not to Exceed amount of $99,000,000, which will support various Charleston District programs over a potential ordering period of up to 66 months. The estimated task order range will vary from the simplified acquisition threshold to $25,000,000, highlighting the importance of these construction services in supporting military infrastructure. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and are required to be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Addison Layfield at addison.g.layfield@usace.army.mil or Michael Stiltner at michael.s.stiltner@usace.army.mil.
    Construction IDIQ MATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W074 Endist Mobile office, is seeking contractors for a Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This procurement aims to facilitate commercial and institutional building construction within the USACE Mobile District Area of Responsibility, as outlined in the attached Project Labor Agreement Survey. The services procured under this contract are vital for maintaining and enhancing military infrastructure, ensuring operational readiness and efficiency. Interested contractors can reach out to Jessica Raulerson at jessica.raulerson@usace.army.mil or by phone at 251-690-2486, or Kyle Rodgers at KYLE.M.RODGERS@USACE.ARMY.MIL or 251-690-3356 for further details.
    Z--JOHNSON HOUSE ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is preparing to issue a Request for Proposals (RFP) for a firm fixed-price construction contract to replace the roof of Johnson House at Fort Matanzas National Monument in St. Augustine, FL. This project will require contractors to provide all necessary labor, materials, and supervision to complete the roof replacement in accordance with FAR Part 36 guidelines. The contract is designated as a Total Small Business Set-Aside under NAICS Code 238160 for Roofing Contractors, with a business size limit of $19 million. Interested contractors must be registered in the System for Award Management (SAM) to qualify for contract awards, and the solicitation, along with bid documents, is expected to be available on SAM.gov around June 25, 2025. For further inquiries, interested parties can contact William Vazquez at WilliamVazquez@nps.gov or by phone at 470-819-0934.
    Fort Jackson MA IDIQ
    Buyer not available
    The Department of Defense, through the U.S. Army, is seeking qualified small businesses to participate in a Sources Sought Notice for a Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Task Order Contract at Fort Jackson, South Carolina. The primary objective of this procurement is to provide a broad range of real property repair and construction services that support Army readiness and mission requirements, with an anticipated project magnitude between $100 million and $250 million over a five-year ordering period. This opportunity is crucial for maintaining and enhancing the infrastructure at Fort Jackson, ensuring compliance with federal, state, and local regulations while adhering to safety and quality standards. Interested firms must submit their capability statements by 12:00 PM CDT on June 24, 2025, to the designated contacts, Marissa Joyner and Deidra Hicks, via email, ensuring to include their small business status and relevant experience.
    Pre-Solicitation Notice: USACE Los Angeles District Design-Build MATOC 100% Small Business Set-Aside
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Los Angeles District, is seeking qualified small businesses for a Design-Build Multiple Award Task Order Contract (MATOC) focused on construction services. This 100% Small Business Set-Aside contract, valued at up to $99 million over five years, aims to support Sustainment, Restoration, and Modernization (SRM) projects, minor military construction, and various civil works projects primarily within Arizona and Nevada. The anticipated scope includes a range of construction activities such as renovations, repairs, and installations across multiple disciplines, with a solicitation expected to be released around June 17, 2025, and submissions due by July 17, 2025. Interested parties should contact Nardos Taeme at nardos.taeme@usace.army.mil or call 213-452-4295 for further information.
    SYNOPSIS NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to award a competitive Firm Fixed-Price Multiple Award Task Order Contract (MATOC) aimed at providing maintenance, repair, and minor construction support across seven sites in the National Capital Region. This contract will serve six U.S. Army Garrison Directorate of Public Works locations and the Arlington National Cemetery, focusing on sustainment, restoration, and modernization projects that include repair, maintenance, demolition, and minor construction activities. The anticipated solicitation, set aside for small businesses, is expected to be released electronically around August 15, 2025, with a total ordering period of seven years, including a five-year base period and two one-year option periods. Interested contractors should register on SAM.gov and direct any inquiries to Dawn Evans at dawn.i.evans.civ@army.mil or Starletta Redden at starletta.r.redden.civ@army.mil.
    Special Notice - Fort Moore Job Order Contract (JOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is announcing a Special Notice for the Fort Moore Job Order Contract (JOC), now identified as W5168W25RA013, which will be executed at Fort Benning, Georgia, and surrounding locations. This procurement aims to secure services for commercial and institutional building construction, focusing on the repair or alteration of miscellaneous buildings. The contract is set aside for small businesses, emphasizing the importance of fostering small business participation in federal contracting opportunities. Interested parties should note that the anticipated solicitation date is May 23, 2025, and can reach out to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further inquiries.
    Natick Soldier Systems Center Multiple Award Task Order Contract (MATOC) for Construction
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is soliciting proposals for a Multiple Award Task Order Contract (MATOC) for construction services at the Natick Soldier Systems Center in Massachusetts. This procurement aims to establish a framework for general construction-related work, including new construction, renovations, repairs, and design-build tasks, with a total shared capacity of $99 million over an eight-year period. The contract is exclusively set aside for small businesses, emphasizing the importance of compliance with federal regulations and the execution of various construction specialties. Interested contractors must submit their proposals by June 20, 2025, and can direct inquiries to Brandon Rivett at brandon.j.rivett.civ@army.mil or Martina Biro at alexandra.m.biro2.civ@army.mil for further information.
    FY25 Joint Base Lewis McChord Multi Domain Task Force Buildings 3221-3222
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is preparing to issue a Request for Proposal (RFP) for the construction project titled "FY25 Joint Base Lewis McChord Multi Domain Task Force Buildings 3221-3222" in Washington. This project aims to convert two existing barrack buildings into operational facilities for three command tiers, involving significant tasks such as hazardous material abatement, extensive demolition, and the installation of new mechanical and electrical systems, along with new exterior envelopes and roofing. The estimated construction magnitude is between $25 million and $100 million, and only businesses with active SAM registration under NAICS code 236220 are eligible to participate. Interested contractors must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) and are encouraged to direct inquiries to the designated contacts, Andrea Jackson and Cassandra Gonzalez, via email. The solicitation documents are expected to be available online around June 16, 2025.