SDVOSB Military Construction MATOC
ID: W912QR25R0019Type: 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

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting proposals for a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside Multiple Award Task Order Contract (MATOC) for military construction projects. This procurement aims to award up to seven Firm-Fixed-Price contracts, with a total capacity of $160 million over a five-year base period, to provide Design-Bid-Build construction and renovation services for various military branches within the Louisville District Area of Responsibility. The selected contractors will support Military Construction (MILCON) and Operations and Maintenance (O&M) funded projects, with an emphasis on employing U.S. veterans. Proposals are due by October 31, 2025, and must be submitted electronically; interested parties can contact Contract Specialist Stephanie Drees at Stephanie.N.Drees@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to solicitation W912QR25R0019, issued by the U.S. Army Engineer District, Louisville, modifies the FY25 SDVOSB MATOC. The proposal due date is extended to October 31, 2025, at 1300PM ET. Key changes include revisions to Evaluation Criteria Section 00 22 12, specifically concerning Volume 1 – Factor II: Technical Approach, and updates to the Price Breakout Schedule and Binding Rate Sheet with added total lines. Offerors must acknowledge this amendment and utilize proposed binding rates for the sample task order. Proposals will be evaluated on Past Performance, Technical Approach, and Price, with specific criteria for each factor detailed. The solicitation targets seven Service-Disabled Veteran Owned Small Business (SDVOSB) contractors for design-bid-build projects ranging from $5M to $10M. This amendment ensures clarity and fairness in the submission and evaluation process.
    Amendment 0002 to Solicitation W912QR25R0019, issued by the U.S. Army Engineer District, Louisville, modifies the evaluation criteria for the FY25 SDVOSB MATOC. The amendment, effective October 29, 2025, specifically revises Section 00 22 12, Paragraph 5.1.7, to include non-federal project ratings, letters, and awards for past performance, requiring offerors to submit these with their proposals. The proposal due date remains October 31, 2025, at 1300 PM ET. The solicitation targets seven Service-Disabled Veteran-Owned Small Business contractors for a Design Bid Build Firm Fixed Price Indefinite-Delivery, Indefinite-Quantity Multiple Award Task Order Contract for projects within the Louisville District AOR. The estimated cost for a sample project ranges from $5,000,000.00 to $10,000,000.00. Proposals will be evaluated on Past Performance (Factor I), Technical Approach (Factor II), and Price, with specific submission requirements for each volume and tab, including financial and bonding capabilities. The document also includes a detailed Past Performance Questionnaire for client use.
    This document outlines the structural design and demolition plans for a MILITARY MATOC (Multiple Award Task Order Contract) project, Sample Project #1, for the US Army Corps of Engineers, Louisville District. It details codes and standards, design criteria for various loads (dead, live, snow, wind, seismic), and specifications for foundations, slab-on-grade, reinforcing steel, concrete, reinforced masonry, structural steel, and cold-formed steel. The document also includes a statement of special inspections, contractor and special inspector responsibilities, and demolition plans for existing roof deck, joists, exterior walls, stairs, and slab-on-grade. The purpose is to ensure safety, quality, and compliance throughout the project's construction phases.
    This document, part of a solicitation for Multiple Award Task Order Contracts with the U.S. Army Corps of Engineers, outlines the specifications and special provisions for a Design-Bid-Build project in Louisville, KY. The project involves the renovation of and addition to Building "Side A" (3,541 SF renovation, 5,208 SF addition) on a military installation, with limited work in Building Side B for fire protection and telecom. It emphasizes adherence to federal and state regulations, DoD Unified Facilities Criteria, and antiterrorism/force protection requirements. Key aspects include detailed requirements for utility availability, salvage materials, government-furnished property, and weather-related time extensions. The document also specifies stringent safety protocols, quality control, and extensive submittal requirements across all construction divisions, from demolition and concrete to electrical, communications, and environmental protection.
    This government solicitation, W912QR25R0019, outlines the specifications for Multiple Award Task Order Contracts for the U.S. Army Corps of Engineers Great Lakes and Ohio River Division. Volume 2 of the specifications, dated September 9, 2025, details requirements for a Design-Bid-Build project in Louisville, KY, specifically focusing on a Wet Pipe Sprinkler System (Division 21) and General Purpose Plumbing (Division 22). The document mandates the demolition and replacement of existing sprinkler systems in the project area, requiring new installations to be fully sprinklered and designed in accordance with NFPA 13. It specifies detailed hydraulic calculations, sprinkler coverage, and the qualifications for fire protection specialists and installers. Furthermore, the plumbing section references numerous standards for materials and installation. The file also includes a comprehensive table of contents covering various construction divisions, from procurement to utilities and appendices, emphasizing adherence to industry standards and government approval for submittals.
    The U.S. Army Corps of Engineers Great Lakes and Ohio River Division (USACE LRD) is soliciting proposals for a Multiple Award Task Order Contract (MATOC) for Design-Bid-Build construction services. This FY2025 SDVO SB MATOC, set aside 100% for Service-Disabled Veteran-Owned Small Businesses, has a total capacity of $160,000,000 over a five-year base ordering period and one six-month option. The contract will support Military Construction (MILCON) and Operations and Maintenance (O&M) funded projects for various military branches within the LRD region. Proposals are due by October 24, 2025, and must be submitted electronically via the PIEE Solicitation Module. Evaluation criteria include Past Performance and Technical Approach, which are more important than price. An "On and Off-Ramp" process will manage the pool of up to seven contractors. The scope covers new construction, renovations, structural repairs, and site work, with an emphasis on employing U.S. veterans. Specific instructions for submitting inquiries through ProjNet are also provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    SOURCES SOUGHT NOTICE - VISN 7 CONSTRUCTION MATOC 36C24726R0026
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, has issued a Sources Sought Notice for a Service-Disabled Veteran-Owned Small Business (SDVOSB) Multiple Award Task Order Contract (MATOC) focused on construction services within VISN 7, which includes Alabama, Georgia, and South Carolina. This procurement aims to identify qualified SDVOSBs capable of providing a range of construction services, including demolition, renovation, and new construction, under a NAICS code of 236220, with a size standard of $45 million. The MATOC is projected to have a maximum order limitation of $700 million over five years, with individual task orders ranging from $2,000 to $20,000,000, highlighting the significant scale and importance of these services for the VA. Interested parties must respond by December 10, 2026, providing necessary company information and certifications to Elissa Goodman at elissa.goodman@va.gov.
    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.
    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.
    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.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Buyer not available
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.