Small Business D/B Military Construction MATOC
ID: W912QR25R0018Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for design-build and design-bid-build construction projects. This procurement aims to award seven Firm-Fixed-Price contracts to support military construction and operations within the Louisville District's Area of Responsibility, which includes Michigan, Illinois, Indiana, Ohio, and Kentucky, with a total contract capacity of $240 million. The solicitation process is structured in two phases, focusing initially on evaluating past performance and technical approaches, followed by pricing evaluations for the top ten offerors. Interested parties must submit their proposals electronically by September 9, 2025, at 1:00 PM Eastern Time, and can contact Jessica Moss at jessica.k.moss@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to solicitation W912QR25R0018 for an IDIQ Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) extends the proposal due date. This MATOC aims to support military construction (MILCON) and operations and maintenance (O&M) funded construction requirements for the U.S. Army, U.S. Air Force, Army Reserve, and Air Force Reserve within the Louisville District Area of Responsibility. The amendment, issued by the U.S. Army Engineer District, Louisville, on September 3, 2025, specifically extends the proposal submission deadline to September 23, 2025, by 1:00 PM Eastern Time. All other terms and conditions of the original solicitation remain unchanged.
    This government file, Amendment 0002 to Solicitation W912QR25R0018, details updates for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design Build (D/B) and Design Bid Build projects supporting military construction and operations in the Louisville District. Key amendments include updated submission requirements for Phase I proposals, particularly for Specification 00 22 16, the incorporation of Section 01 45 01.10 06 regarding Contractor Quality Control (CQC), and a sample Past Performance Questionnaire. The solicitation outlines a two-phase procurement process, with Phase I focusing on evaluating offerors' Past Performance and Technical Approach, without pricing submissions. Phase II will involve up to ten highly qualified offerors submitting pricing and additional information. The document provides detailed evaluation criteria, including relevancy ratings for past performance and technical/risk assessment ratings, and defines key terms like
    This solicitation outlines a two-phase procurement process for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Design-Build (D/B) projects within the Louisville District's Area of Responsibility, supporting U.S. Army and Air Force partners. The goal is to award seven Firm Fixed Price MATOCs. The total capacity is $240,000,000.00, with a maximum ordering limit of $15,000,000.00 per task order. The contract includes a five-year base period and a six-month option. This procurement is 100% set-aside for Small Businesses. Phase I involves evaluating proposals based on Past Performance (Prime Contractor and A/E Designer of Record) and Technical Approach. The government will select up to ten highly qualified offerors for Phase II, where pricing (sample project and binding rates) will be evaluated. Proposals must be submitted electronically via PIEE by September 9, 2025, at 1:00 PM Eastern Time. The process emphasizes fair and reasonable pricing, and adherence to various FAR and DFARS clauses, including Buy American requirements and affirmative action for equal employment opportunity.
    The document outlines a Request for Proposals (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at supporting military construction projects within the U.S. Army and Air Force in the Louisville District. The contract capacity is set at $240 million, with a $15 million maximum per task order and is 100% set aside for small businesses. The solicitation includes a five-year base period with an option for an additional six months. Proposals must be structured in two phases, wherein Phase I involves submitting technical qualifications, particularly focusing on past performance and technical approach, while Phase II will evaluate pricing based on binding contract rates for a sample project. The document specifies submission requirements, evaluation criteria, and includes guidance on proposal compliance and bonding obligations. Of particular importance are experiences related to design-build projects, with a significant emphasis on recent, relevant past performances in similar scopes and complexities. Bidders must adhere to strict submission guidelines and deadlines to ensure eligibility for the contract award process, emphasizing the importance of proper project management and communication in the proposed construction efforts.
    Lifecycle
    Similar Opportunities
    FY26 Design Build / Design Bid Build 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 qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    West Branch Design-Build Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is soliciting proposals for a Design-Build Multiple Award Task Order Contract (MATOC) aimed at providing construction services. This opportunity is specifically set aside for small businesses and encompasses a range of projects including Sustainment, Restoration, and Modernization (SRM), minor Military Construction (MILCON), and support for various military and civil works programs within the Southern California region. The contract, valued at up to $99 million, will last for five years and will allow for the construction, renovation, and maintenance of facilities at key military installations such as March Air Reserve Base and Edwards Air Force Base. Interested parties can reach out to Cameron Stokes at Cameron.Stokes@usace.army.mil or by phone at 213-452-3009 for further details.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide engineering services under a Total Small Business Set-Aside, allowing small businesses to compete for the contract, which is crucial for supporting various civil works projects. The anticipated solicitation issuance date is set for December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested parties can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Notification to the public of consolidation of contract requirements
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
    Paducah Levees Reconstruction Phase 3
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Paducah Levees Reconstruction Phase 3 project, which is set aside exclusively for small businesses. This procurement involves the reconstruction of levees in Paducah, Kentucky, and is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction. The project is critical for flood risk management and infrastructure resilience in the region. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W912QR52370251. For inquiries, potential bidders may contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545.