USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
ID: 70Z08725RRMACC003Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDCEU JUNEAU(00087)JUNEAU, AK, 99802, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for Indefinite Delivery/Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACC III) to address construction, maintenance, and repair needs across various DHS facilities nationwide. The procurement aims to establish up to ten regional contracts, each with a base period of three years and two optional two-year extensions, with an anticipated aggregate capacity of $4 billion. These contracts will encompass a wide range of construction services, including marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build project delivery methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into January 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at John.Wright@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to Request for Proposals (RFP) 70Z08725RRMACCIII, for Indefinite Delivery/Indefinite Quantity Regional Multiple Award Construction Contracts (RMACC), addresses clerical errors and clarifies aspects of the solicitation. Key corrections include revising the set-aside for Region 17 (USCG Arctic District, CEU Juneau) from HUBZone; 8(a) to Total Small Business, and updating page numbering and margins. Proposal due dates remain unchanged. The amendment also responds to submitted questions, notably confirming that CPARS are the preferred past performance documentation and outlining a process for vendors to request extensions if government POCs are unavailable due to potential government shutdowns. Proposers must acknowledge this amendment by returning a signed copy with their proposal.
    Amendment 0002 for RFP 70Z08725RRMACCIII addresses contractor questions for the Indefinite Delivery/Indefinite Quantity Regional Multiple Award Construction Contracts (RMACC). Key clarifications include submitting Representations and Certifications with technical proposals, not counting them towards page limits, and confirming that price proposals are part of Phase II. The amendment also details that offerors should submit two emails per region: one for SF1442, Section K documents, and Phase I evaluation factors, and a second for project photos. It reiterates that contractors must meet minimum bonding capacity, with a surety letter being sufficient proof. Project relevance for corporate experience is clarified, noting that geographic proximity to the target region is a factor but not the sole determinant of relevance. Additionally, the amendment confirms that the USCG will accept past performance projects within six years from the RFP due date, aligning with FAR regulations. Finally, it clarifies that 8(a) certification must be active in SAM registration at the time of proposal submission and maintained throughout the contract period, with SBA making the final eligibility determination. Teaming agreements do not count as joint ventures, which require projects from each member.
    Amendment 0003 to Request for Proposals (RFP) 70Z08725RRMACCIII modifies the Indefinite Delivery/Indefinite Quantity Regional Multiple Award Construction Contracts (RMACC) by addressing contractor questions received between October 5-14, 2025. This amendment extends the Request for Information (RFI) due date for all regions to October 23, 2025, at 12:00 PM PST to ensure fairness. It also revises the proposal due dates for various RMACC regions, with specific deadlines ranging from November 12 to December 17, 2025. Contractors are required to return a signed copy of this amendment with their proposals. This modification ensures that all potential contractors have adequate time to submit their proposals while maintaining a consistent RFI period across all regions.
    The U.S. Coast Guard (USCG) Civil Engineering Unit Juneau issued Amendment 0004 to RFP 70Z08725RRMACCIII for Indefinite Delivery/Indefinite Quantity Regional Multiple Award Construction Contracts (RMACC). This amendment revises sections of the RFP, provides answers to 71 contractor questions, and updates proposal due dates. Key changes include the deletion of FAR 52.215-22, the addition of several FAR provisions in full text (e.g., Unique Entity Identifier, CAGE Code Reporting, Small Business Teaming Arrangements, English Language and U.S. Currency submissions, Instructions to Offerors–Competitive Acquisition, Certified Cost or Pricing Data, Trafficking in Persons, Buy American requirements), and modifications to submission instructions for Phase I proposals. Offerors must now submit Attachment A in Excel format and are advised on updated formatting, page limits, and the submission of corporate experience (3-5 projects, 65% complete, $500,000-$20,000,000 value) and past performance documentation (CPARS preferred over PPQ). Joint ventures must ensure SBA approval before the proposal due date. Proposals are to be emailed to regional POCs with copies to Cheryl.A.Berry@uscg.mil and John.Wright@uscg.mil.
    Amendment 0005 to RFP 70Z08725RRMACCIII revises the Indefinite Delivery/Indefinite Quantity Regional Multiple Award Construction Contracts (RMACC) solicitation. Key changes include updated formatting requirements for proposals (L.5.a) and revised guidelines for demonstrating corporate experience (L.5.1). Offerors must now submit between three and five relevant construction projects, with at least one demonstrating Design-Build experience, and adhere to specific contract value ($500,000 to $20,000,000) and completion date criteria. Page limits for Attachment B (Experience Information Form) have been updated to four pages for text and one optional page for photos. The amendment also clarifies past performance submission priorities (L.5.2.1), allowing CPARS or PPQs, with an exception for affiliate experience. Additionally, responses to questions 19, 23, and 50 from Amendment 0004 regarding CPARS/PPQ submissions, project contract values, and the use of affiliate experience have been updated. Offerors are reminded to use the revised RFP and all amendments when preparing proposals and to return a signed copy of this amendment.
    This amendment (0006) to RFP 70Z08725RRMACCIII addresses contractor questions received between October 15-23, 2025, for the Indefinite Delivery/Indefinite Quantity Regional Multiple Award Construction Contracts (RMACC). It clarifies various aspects of the solicitation, including Buy American Act clauses, small business set-asides (Region 17 is Total Small Business), proposal submission requirements (e.g., narrative vs. letters of commitment, CPARS vs. PPQs), page limitations, and formatting. Key changes include revised proposal due dates for different regions, with dates ranging from November 19 to December 23, 2025. The amendment also specifies that projects with values exceeding $20 million will be considered relevant for Factor 1 and that demolition and remediation projects are relevant if they align with the anticipated RMACC scope. It clarifies requirements for Joint Ventures regarding experience and bonding capabilities and confirms the use of UEI, CAGE code, and Federal Tax ID. Electronic signatures on PPQs are accepted only from federal or state agencies. The amendment also reiterates that page limitations for factors 1, 3, and 4 remain unchanged and that Attachment A should be submitted as an Excel file, while other proposal content should be in PDF format. The email subject line for proposals is specified as "RMACC III Region [identify Region #] Phase I Proposal."
    Amendment 0007 to Request for Proposals (RFP) 70Z08725RRMACCIII, for Indefinite Delivery/Indefinite Quantity Regional Multiple Award Construction Contracts (RMACC), extends the proposal due dates for various regions. Issued by the USCG, Civil Engineering Unit Juneau, on November 11, 2025, this amendment specifically revises the deadlines for submitting proposals for construction contracts across multiple U.S. Coast Guard districts. The updated schedule includes new due dates for Region 1 (December 3, 2025), Region 5 (November 26, 2025), Region 7 (December 30, 2025), Region 8 (November 26, 2025), Region 9 (December 30, 2025), Region 11/13 (November 26, 2025), Region 14 (December 3, 2025), and Region 17 (December 3, 2025), with Region 7.5's date still to be determined. Offerors must acknowledge receipt of this amendment and are reminded to use the revised RFP and all amendments when preparing their proposals. This ensures all potential contractors are aware of the updated submission timelines for these regional construction opportunities.
    Amendment 0008 to RFP 70Z08725RRMACCIII extends proposal due dates for Indefinite Delivery/Indefinite Quantity Regional Multiple Award Construction Contracts (RMACC). The original solicitation was issued on September 29, 2025, and this amendment, dated November 19, 2025, specifically revises the deadlines for various regional contracts. New proposal due dates range from December 3, 2025, to January 6, 2026, depending on the specific USCG district and contract set-aside (e.g., 8(a), SDVOSB, HUBZone, Total Small Business). Offerors are required to acknowledge receipt of this amendment and incorporate it into their proposal submissions. The amendment emphasizes that offers must be submitted by 5:00 PM Eastern time on the revised dates.
    Amendment 0009 to RFP 70Z08725RRMACCIII, for Indefinite Delivery/Indefinite Quantity Regional Multiple Award Construction Contracts (RMACC), extends proposal due dates. The amendment, issued on November 26, 2025, revises the submission deadlines for various RMACC regions. For instance, Region 1 (USCG Northeast District) proposals are now due December 17, 2025, while Region 5 (USCG East District) and Region 8 (USCG Heartland District) are due December 10, 2025. Other regions, such as Region 7 (USCG Southeast District) and Region 9 (USCG Great Lakes District), have new deadlines of January 13, 2026. Region 7.5's due date is still to be determined. Offerors must acknowledge this amendment and return a signed copy with their proposals. This ensures all potential contractors are aware of the updated submission schedule for these regional construction contracts.
    The Department of Homeland Security U.S. Coast Guard (USCG) Shore Infrastructure Logistics Center (SILC) Construction Contracting Office is seeking eligible small businesses for its Regional Multiple Award Construction Contract (RMACC) III. This is a Sources Sought Notice for a Design-Build/Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) contract to perform general construction services across all 50 U.S. states, Puerto Rico, Guam, and the U.S. Virgin Islands. The anticipated contract capacity is up to $4 billion over seven to ten years, with individual projects ranging from $250,000 to $15 million. The primary NAICS code is 236220 (Commercial and Institutional Building Construction) with a $45.5 million small business size standard. Responses are due by November 26, 2024, at 1500 EST, and should include a capabilities statement and Contractor Information Form, indicating interest in specific Coast Guard Districts/Regions.
    The USCG - RMACC III Contractor Information Form is a request for contractor details to support federal government RFPs, grants, and state/local RFPs. Contractors must provide their UEI, CAGE Code, firm name, headquarters address, and point of contact information, including phone and email. The form also asks for primary and alternate NAICS codes and USCG districts of interest. Contractors need to specify their business type, such as SBA certified 8(a), Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Woman-Owned Small Business, Small Business, Economically Disadvantaged Women-Owned Small Business, or SBA certified HUBZone Small Business, along with their anticipated graduation date from any applicable programs. Bonding capacity details, including surety name and maximum per-project and aggregate capacities, are also required. Finally, the form allows for a brief summary of construction experience, including design-build, in relevant regions or districts. This form serves as a crucial tool for the USCG to gather essential contractor information for potential future engagements.
    The U.S. Coast Guard (USCG), under the Department of Homeland Security, has issued a Sources Sought Notice for the Regional Multiple Award Construction Contract (RMACC) III. This notice aims to identify small businesses capable of performing various construction services across the U.S. and its territories, as part of a Design-Build/Design-Bid-Build procurement model. The RMACC III seeks eligible small business concerns, including those owned by disadvantaged groups, for multiple concurrent projects in coast guard regions. The anticipated scope includes a wide array of construction projects such as administrative offices, training facilities, piers, and medical complexes, along with specialty trade work like mechanical and electrical systems. The total contract capacity may reach $4 billion, with individual projects ranging from $250,000 to $15 million. USCG intends to host an industry engagement session and requests interested businesses to submit their capabilities, including market conditions and past project experiences, by November 12, 2024. The document emphasizes the importance of collaboration with small businesses and outlines procedures for submissions and inquiries.
    The Department of Homeland Security's U.S. Coast Guard issued a Sources Sought Notice regarding the Regional Multiple Award Construction Contract (RMACC) III, aimed at small businesses capable of providing general construction services. This notice serves as a market research tool rather than a formal solicitation, intending to identify eligible small businesses, including those classified as 8(a), HUBZone, and service-disabled veteran-owned. The contract encompasses a variety of construction projects across the United States, Puerto Rico, Guam, and the U.S. Virgin Islands, utilizing Design-Build and Design-Bid-Build methods. The anticipated value of RMACC III may reach up to $4 billion over a period of seven to ten years, covering projects with costs ranging from $250,000 to $15 million. Contractors will manage all aspects of the construction process, including labor, materials, and oversight. The solicitation emphasizes responses from businesses interested in partnerships with the Coast Guard and requests detailed capabilities statements showcasing past experience and industry knowledge. Interested parties must submit their information by November 12, 2025, to ensure consideration for future contracting opportunities. This initiative underscores the Coast Guard’s commitment to leveraging small business participation in government construction projects.
    The Department of Homeland Security's U.S. Coast Guard is issuing a Sources Sought Notice for the Regional Multiple Award Construction Contract (RMACC) III, aimed at identifying small businesses capable of undertaking various construction projects in the United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This IDIQ contract is designed for General Construction Services and emphasizes a streamlined approach to managing routine and urgent construction needs. Projects will vary widely, covering building construction, infrastructure development, and specialized trading works such as MEP systems. The contracts aim to encourage small business participation and will be organized by specific geographical regions corresponding to Coast Guard Districts. The total projected capacity for RMACC III is up to $4 billion, covering projects estimated from $250,000 to $15 million. Interested businesses are invited to submit their capabilities and respond to the notice by November 12, 2024. This initiative underscores the U.S. Coast Guard's commitment to enhancing construction efficiency through small business engagements and market research to inform future solicitation processes.
    The document is a "Sources Sought – Contractor Information Form" for the U.S. Coast Guard (USCG) related to the RMACC III initiative. Its primary purpose is to collect essential information from contractors interested in partnering with the USCG. The form requests details such as the contractor's UEI, CAGE Code, firm name, address, and contact information for a designated point of contact (POC). Contractors are to indicate their type of business, including any certifications such as SBA certified 8(a), Veteran Owned, Service-Disabled Veteran-Owned, Woman Owned, or HUBZone Small Business, while also providing any anticipated graduation dates from such programs. The form further inquires about the contractor's bonding capacity, requiring the name of the surety and the maximum bonding capacity per project and overall. Additionally, a brief summary of the contractor's construction experience, especially in design-build projects within specified regions or districts, is requested. It is essential that contractors submit their responses via email to the RMACC mailbox and designated points of contact in related districts, adhering to the form's specified format without modifications. Overall, the form facilitates the USCG's evaluation and engagement of potential contractors for future projects.
    The document is a Contractor Information Form for the U.S. Coast Guard's RMACC III initiative, designed to collect essential information from potential contractors. Respondents are instructed to provide their firm details, including UEI, CAGE Code, and primary NAICS codes, while identifying their business type—ranging from SBA certified firms to veteran-owned and woman-owned businesses. Additionally, the form requests bonding capacity information, specifying maximum limits per project and aggregate amounts. A section is provided for suppliers to summarize their construction and design-build experience relevant to the regions or districts of interest. The document emphasizes that submissions must be concise and adhere precisely to the outlined format, illustrating the structured approach typically seen in government RFP processes. Overall, it serves to facilitate the assessment of contractor capabilities before initiating contracts.
    The government file addresses various questions and responses related to a federal Request for Proposal (RFP) for the RMACC III contract, focusing on clarification of requirements, socioeconomic set-asides, and proposal submission guidelines. Key updates to the final RFP include formatting requirements, removal of the bona fide place of business reference, revised bonding capacity details, and clarification on task order withdrawal limits. The document also provides guidance on past performance submissions, joint venture evaluations, and the process for submitting proposals via email due to file size limitations. The overall purpose is to clarify ambiguities and address concerns raised by potential offerors, ensuring a clear understanding of the solicitation terms and conditions for the multi-regional contract.
    The U.S. Coast Guard (USCG) Shore Infrastructure Logistics Center (SILC) Construction Contracting Office issued a Request for Proposals (RFP) 70Z08725RRMACCIII for Indefinite Delivery/Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACC) III. These contracts will address the Department of Homeland Security's (DHS) infrastructure needs across the United States and its territories, covering maintenance, repair, and construction projects valued between $10M and $20M. The scope includes various construction types, from general and marine construction to historical restoration. The contracts are set aside for small business socioeconomic programs and will be aligned with specific Coast Guard Districts. The solicitation outlines performance requirements, inspection procedures, and contract administration details, including payment methods and insurance requirements. A total aggregate capacity of $4 Billion is anticipated for these contracts, with a base year and two three-year option periods.
    The document is a Request for Proposals (RFP) for the Indefinite Delivery/Indefinite Quantity Regional Multiple Award Construction Contracts (RMACC) aimed at securing construction services for various Department of Homeland Security (DHS) facilities across the United States. The contracts will be utilized by several DHS components for maintenance, repair, and construction projects valued between $10M and $20M, with a total anticipated capacity of $4 billion. The scope encompasses a wide range of construction efforts, including general construction, marine work, demolition, and historical restoration. It outlines a preference for small business contractors, particularly those within specific socioeconomic programs such as HUBZone and 8(a). Each contract will cover a designated geographical region, with submissions required for each regional solicitation. The awarding process involves a phased evaluation, emphasizing a streamlined approach to enable efficient project delivery. Contractors must adhere to rigorous inspection and acceptance procedures, and performance bonds are mandatory for larger task orders. The RFP also establishes compliance requirements related to environmental and safety regulations, ensuring that all construction activities are conducted in accordance with applicable laws. Overall, the RMACC initiative reflects the government's commitment to maintaining and improving DHS infrastructure through a competitive and inclusive procurement process.
    The "REVISED ATTACHMENT A - EXPERIENCE OVERVIEW SHEET" is a standardized form for offerors to list a maximum of five construction and design-build projects completed within the last six years. It requires detailed information for each project, including contract title, number, customer, period of performance, type of work (new construction, renovation, repair, alteration), contract type (design-build, design-bid-build, or other), percentage of design provided (for design-build projects), offeror's role (prime, sub-contractor, or joint-venture), total contract amount, percent complete, offeror's total completed contract value, point of contact, and any specialized construction experience. The document emphasizes that a completed "EXPERIENCE INFORMATION FORM (Attachment B)" must accompany each listed project and that incomplete proposals may be rejected. This form is crucial for evaluating a firm's qualifications for government contracts and grants.
    The “Experience Information Form” is an essential document for government RFPs, federal grants, and state/local RFPs, designed to gather comprehensive project experience from offerors. It requires details such as the offeror's name, project title, and contract number. The form mandates a thorough description of the project’s scope and magnitude, including any encountered problems and corrective actions. For Design-Build projects, it specifically requests information on design disciplines, major design components, and designers' involvement during the construction phase. Additionally, it asks for a list of relevant construction trades, the firms involved, and a description of their work. Offerors may also attach industry awards or special recognitions. This form ensures that government agencies can evaluate a bidder's capabilities, past performance, and problem-solving skills.
    The Department of Homeland Security (DHS) is seeking proposals for Indefinite Delivery/Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACC) to fulfill nationwide construction, maintenance, and repair needs at various DHS facilities. This re-procurement, identified as 70Z08725RRMACCIII, aims to establish up to ten regional contracts with a base period of three years and two two-year options, potentially totaling seven years. The anticipated aggregate capacity for these RMACCs is $4 billion. Each contract will be set aside for specific small business socioeconomic programs across nine defined regions, with task order limits generally ranging from $2,000 to $10 million, and up to $20 million in the Arctic District. The scope of work encompasses a wide array of construction services, including marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build project delivery methods. Contractors are required to have Design-Build capabilities and are expected to participate in task order solicitations. The procurement outlines detailed procedures for inspection, acceptance, and performance, emphasizing adherence to federal regulations and environmental and safety standards. Each task order will have a guaranteed minimum of $5,000, and contractors must meet specific bonding and insurance requirements. The U.S. Coast Guard (USCG) Civil Engineering Units (CEUs) will administer contracts within their aligned regions.
    Attachment A, the "EXPERIENCE OVERVIEW SHEET," is a crucial component of government RFPs, grants, and state/local RFPs, requiring offerors to detail up to five construction and design-build projects completed within the last six years. This form, along with Attachment B (EXPERIENCE INFORMATION FORM), evaluates a firm's qualifications. It mandates specific project details: title, contract number, performance period, customer, type of work (new construction, renovation, repair, alteration), contract type (Design-Build, Design-Bid-Build, Other), percentage of design provided (for Design-Build projects), the offeror's role (Prime, Sub-Contractor, or Joint-Venture), total contract amount, percent complete, and the offeror's total completed contract value. The form also requests a point of contact and specifies any specialized construction involved. Incomplete submissions may lead to rejection, emphasizing the need for comprehensive and accurate project information to demonstrate relevant experience.
    Attachment B, the Experience Information Form, is a three-page document designed for Offerors to detail their project experience for government RFPs, federal grants, or state/local RFPs. It requires information such as the Offeror's name, project title, and contract number. The form asks for a comprehensive description of the project's scope and magnitude, including any problems encountered and corrective actions taken. For Design-Build projects, Offerors must list design disciplines, firms involved, and major design components, as well as the designers' involvement during the construction phase. The form also requests a list of relevant construction trades, the firms that provided them, and descriptions of their work. Finally, Offerors can attach industry awards or special recognitions received for the project.
    The NAVFAC/USACE/USCG Past Performance Questionnaire (Form PPQ) is a standardized four-page document designed for evaluating contractor performance on government projects. It collects detailed information about the contractor and the specific contract, including project type, value, and key dates. The form requires clients to assess the contractor across several critical areas: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. Each section uses an adjectival rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions to ensure consistent evaluation. Clients are encouraged to submit the completed questionnaire directly to the offeror, who then includes it in their proposal. The government reserves the right to verify all submitted information. This questionnaire is crucial for assessing performance risk in federal solicitations.
    The U.S. Coast Guard (USCG) has issued Request for Proposals (RFP) 70Z08725RRMACCIII for Indefinite Delivery/Indefinite Quantity Regional Multiple Award Construction Contracts (RMACC) to fulfill construction needs at various Department of Homeland Security (DHS) facilities across the United States and its territories. These contracts, set aside for small business socioeconomic programs, will address maintenance, repair, and general construction, including marine construction, demolition, and historical restoration. The project values range from $2,000 to $10M for most regions and up to $20M in the Arctic District, with an anticipated aggregate capacity of $4 billion. The contracts feature a three-year base period and two two-year option periods, potentially totaling seven years. The solicitation outlines specific regional assignments, evaluation factors, and requirements for performance, inspection, and payment, emphasizing compliance with federal regulations and a streamlined contracting approach for prompt response to routine and emergent needs.
    The provided government file outlines the current and July 2025 name changes for various U.S. Coast Guard (USCG) districts across different regions. For the purposes of a solicitation, these districts will be referred to by their Region and Number. The document specifies nine regions and their corresponding districts, detailing their current names and future names as of July 2025. It clarifies that task orders may incorporate the updated names. This information is crucial for accurate identification and referencing within government RFPs, federal grants, and state/local RFPs, ensuring clarity despite upcoming organizational name changes.
    The document outlines the Contract Education Unit (CEU) assignments and socioeconomic program set-asides for various U.S. Coast Guard (USCG) contract regions. It details specific CEUs like Providence, Cleveland, Miami, Oakland, Honolulu, and Juneau, corresponding to different USCG districts. The set-asides include 8(a)*, SDVOSB, Total Small Business, and HUBZone programs. A note on 8(a) contractors clarifies that the Small Business Administration (SBA) is working to accept contractors with a bona fide place of business anywhere within the contract region. For Region 17, the contract will be set aside for HUBZone and/or 8(a) programs, with at least two contracts reserved for each. Orders can be set aside to either program if the “rule of two” is met, in accordance with FAR 19.502-4. This document serves as a guide for potential contractors on the socioeconomic requirements and regional assignments for upcoming solicitations.
    The document outlines the nomenclature for various U.S. Coast Guard (USCG) Districts, referencing a scheduled name change in July 2025. It lists the current names and their corresponding district identifiers across several regions, including the Northeast, East, Southeast, Heartland, Great Lakes, Southwest, Northwest, Oceania, and Arctic Districts. Each district is designated by a number, and for the purposes of solicitations, task orders may utilize both the current and new names post-rename. The purpose is to standardize identification in requests for proposals (RFPs) pertaining to these districts and ensure clarity in government communications and documentation as the name transition approaches in mid-2025. This structured approach is essential for federal grants and state/local RFPs to maintain consistency and prevent confusion among stakeholders involved in solicitation processes.
    The document outlines the contract region assignments for socioeconomic programs within the US Coast Guard's (USCG) various districts, specifying which contracts are set aside for small business classifications. Each assigned region is coupled with a specific Central Engineering Unit (CEU) and a designation of eligible contractors such as 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and HUBZone contractors. Notably, certain regions, such as Region 14 and Region 17, emphasize compliance with federal small business contracting regulations, including administrative stipulations regarding the distribution of contract awards. The document indicates that awards in Region 17 will be reserved for both HUBZone and 8(a) programs, ensuring a minimum number of contracts for each. This strategy is designed to support small businesses in federal contracting, encouraging participation from diverse socioeconomic categories while adhering to the guidelines established by the Small Business Administration (SBA) and the Federal Acquisition Regulation (FAR). Overall, the information serves as a framework to direct upcoming solicitations for government contracts, enhancing opportunities for eligible small businesses across the stated USCG regions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    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.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III) Vendor Outreach Matchmaking Event (VOME)
    Buyer not available
    The U.S. Department of Homeland Security (DHS) is hosting a Vendor Outreach Matchmaking Event (VOME) on September 10, 2025, aimed at connecting small and large businesses for the U.S. Coast Guard's Regional Multiple Award Construction Contracts (RMACC III). This event seeks to facilitate matchmaking opportunities for firms interested in construction, architectural, and engineering services, encouraging collaboration through subcontracting, joint ventures, and the DHS Mentor-Protégé Program. The VOME is crucial for strengthening the vendor base and enhancing participation in federal contracting, with registration open until September 8, 2025. Interested businesses can contact the USCG Open for Business at openforbusiness@uscg.mil or DHS OSDBU at osdbu.vos@hq.dhs.gov for further details.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    DESIGN/BUILD CONSTRUCTION FOR ENGINEERING & WEAPONS TRAINING (TEW) BUILDING PHASE 2 AT USCG TRAINING CENTER (TRACEN) YORKTOWN,VIRGINIA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the design and construction of the Engineering & Weapons Training (TEW) Building Phase 2 at the Training Center (TRACEN) in Yorktown, Virginia. This project involves the construction of an 18,700 square foot addition to the existing Samuel Travis building, which includes a Base Item and two Option Items related to faculty administration and training spaces. The contract is set aside for small businesses and has an estimated value of approximately $18 million, with a performance period of 730 calendar days post-award. Interested contractors must submit proposals by December 30, 2025, and are encouraged to contact Lauren Bossingham at lauren.d.bossingham2@uscg.mil or 571-614-6445 for further details.
    SOLICITATION DISTRICT 17 ENVIRONMENTAL REMEDIATION SERVICES MULTIPLE AWARD CONTRACT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the Alaska Environmental Remediation Services Multiple Award Task Order Contract (MATOC), which is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract valued at an estimated $45 million. This contract aims to provide professional environmental remediation services in support of the Civil Engineering Unit Juneau's Environmental Management Branch, focusing on the Arctic Region and addressing various environmental compliance and remediation needs. Contractors will be required to demonstrate prior experience on three Alaska-based projects, including two for Remedial Action and one for Environmental Remedial Investigation, with specific qualifications for key personnel outlined in the solicitation. Proposals are due by December 5, 2025, and interested parties should contact John Wright at smb-ceujuneau-akenv@uscg.mil for further information.
    REPAVE CGA, PSN 30134884
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    MAJOR M&R WATERFRONT AT U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, PSN 18362253
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for major maintenance and repair of the waterfront at Station New York, Staten Island, under Solicitation No. 70Z0G126BSNY00130. The project involves the replacement and repair of floating docks, dock guide piles, breakwater piles, and various seawall repairs, with a total estimated value between $5 million and $10 million. This work is critical for maintaining the operational readiness and safety of the Coast Guard facility, and it includes specific requirements for using Bellingham Marine Precast Concrete Floating Docks to ensure compatibility. Interested small businesses must submit their bids by December 11, 2025, at 2:00 PM, and can direct inquiries to Contract Specialist Nadine Provost at Nadine.M.Provost@uscg.mil or 206-820-5607.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.