MATOC Request for Proposal (RFP) Number 24-P-0000003985, MCRC Windy Hill Paraloft, Smyrna, GA
ID: W912HP24R3985Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT CHARLESTOCHARLESTON, SC, 29403-5107, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    The Department of Defense, through the U.S. Army Engineer District Charleston, is soliciting proposals for the MATOC Request for Proposal (RFP) Number 24-P-0000003985, focused on the construction of the MCRC Windy Hill Paraloft in Smyrna, GA. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction. The project is significant as it involves the construction of miscellaneous buildings, which are essential for military operations and support. Interested contractors can find more details by logging into https://piee.eb.mil and searching for 'W912HP24R3985', and they may contact Walter Gordon at WALTER.L.GORDON@USACE.ARMY.MIL or by phone at 843-329-8157 for further inquiries.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Multiple Award Construction Contract (MACC), Moody AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 23rd Contracting Squadron, is seeking qualified contractors for a Multiple Award Construction Contract (MACC) at Moody Air Force Base and associated locations in Georgia and Florida. This procurement involves the acquisition of multi-disciplined construction services, including design-build and bid-build projects, with a focus on maintenance, repair, alterations, and various construction tasks. The government intends to award nine contracts specifically set aside for small businesses, including 8(a) and HUBZone categories, with a total potential value not exceeding $150 million over a five-year period. Interested contractors must register in the SAM.gov database and are encouraged to contact Amanda Richardson at amanda.richardson.13@us.af.mil or 229-257-9756 for further details.
    Topographic Survey MATOC for Savannah District
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Savannah District, is soliciting proposals for a Topographic Survey Multiple Award Task Order Contract (MATOC). This procurement aims to secure surveying and mapping services, which are critical for various engineering and construction projects within the district. The contract is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested parties should reach out to Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil or call 912-652-5900 for further details regarding submission requirements and deadlines.
    Construct a Battle Management Combined Operations Complex (BMCOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Savannah office, is soliciting bids for the construction of a Battle Management Combined Operations Complex (BMCOC). This project involves providing updated specifications and drawings, as well as conducting site visits, with several amendments issued to refine the requirements and extend the bid due date. The construction of this complex is crucial for enhancing operational capabilities and coordination within military operations. Interested contractors should contact Michael Welch at michael.j.welch@usace.army.mil or call 912-652-5416 for further details and to access the necessary documents via their PIEE account.
    FY25 Multiple Award Construction Contract (MACC) recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) recompete at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract encompasses a wide range of construction services, including earthwork, infrastructure development, and various specialty contracting tasks, with the aim of awarding contracts to a minimum of five small businesses for a base year plus six optional one-year periods, and a potential six-month extension. The estimated contract ceiling ranges from $250 million to $500 million, with individual seed projects valued between $100,000 and $250,000. Interested contractors must submit their proposals electronically, adhering to strict guidelines and deadlines, with a mandatory site visit scheduled for September 24, 2024. For further inquiries, contact Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
    Fort Johnson Vertical Construction MATOC HUBZone Pool
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Fort Worth District, is seeking proposals for the Fort Johnson Vertical Construction MATOC HUBZone Pool, aimed at establishing a Multiple Award Task Order Contract (MATOC) for vertical construction projects at Fort Johnson, Louisiana. This presolicitation notice indicates a target of five HUBZone small businesses to compete for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will encompass various construction and renovation projects, including facilities such as a police station, flight control tower, and barracks. The anticipated contract value is $75 million, with a minimum guarantee of $2,500, and the Request for Proposal (RFP) is expected to be issued around September 30, 2024. Interested firms must ensure they are registered with the System for Award Management (SAM) and can contact Demetrius Brooks or Calvin Fogle for further information.
    GENERAL CONSTRUCTION - MULTIPLE AWARD TASK ORDER CONTRACT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Multiple Award Task Order Contract (MATOC) for general construction projects at Maxwell Air Force Base and associated sites in Alabama. This procurement aims to establish a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a range of construction services, including design, repair, alteration, and demolition of facilities, with a total contract ceiling of $19,999,031.25. The selected contractors will be responsible for executing various task orders that may involve multiple disciplines in construction and design, reflecting the government's commitment to enhancing infrastructure while ensuring compliance with safety and environmental regulations. Proposals are due by 12:00 PM local time on September 13, 2024, and interested parties must ensure they are registered in the System for Award Management (SAM) and meet the small business eligibility criteria. For further inquiries, contact Dartamien "Dee" Brown at dartamien.brown.1@us.af.mil or Shamekia Williams at shamekia.williams.1@us.af.mil.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    PN 100850 SOF Exploitation Training Facilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is planning to award a Firm Fixed Price contract for the design and construction of three new training facilities at Fort Liberty, North Carolina, under solicitation W912PM24R0013. The project aims to create facilities that simulate a city hall, a residence, and a laboratory for Special Operations Forces (SOF), incorporating Low Impact Development features and adhering to various Department of Defense criteria, including Anti-Terrorism/Force Protection standards. The estimated construction cost ranges between $1,000,000 and $5,000,000, with the solicitation expected to be available in electronic format on or about September 24, 2024. Interested small businesses must register in the System for Award Management (SAM) and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Robert N. Law at robert.n.law@usace.army.mil for further information.
    MATOC set -aside for Small business for General A-E Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) set aside for small businesses to provide general architect-engineer (A-E) services. The procurement aims to identify qualified firms capable of supporting various military construction and non-military programs within the NAN/NAD boundaries, with a total contract capacity not to exceed $50 million over a five-year period. This opportunity is significant as it encompasses a wide range of A-E services, including design, planning, and construction support for projects under $1 million, emphasizing the importance of small business participation. Interested firms must submit their capabilities statements to Stephen DiBari via email within 15 calendar days of the notice, and must clearly identify their business size and relevant experience in similar projects.
    TWO-PHASE DESIGN BUILD AND CONSTRUCTION - INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC) IN SUPPORT OF THE DEFENSE HEALTH AGENCY (DHA) MEDICAL RESEARCH DEVELOPMENT COMMAND (MRDC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for a Two-Phase Design Build and Construction project under an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) in support of the Defense Health Agency (DHA) Medical Research Development Command (MRDC). This procurement aims to engage qualified contractors to provide comprehensive design and construction services, which are critical for enhancing medical research facilities and capabilities. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is essential for maintaining and upgrading laboratories and clinics. Interested contractors should reach out to Drenna Thompson at drenna.l.thompson@usace.army.mil or 251-694-4108, or LaRhonda Archie at larhonda.m.archie@usace.army.mil or 251-441-5539 for further details, noting that the proposal submission deadline has been extended as per Amendment 0001.