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
  1. 1
    Posted Oct 10, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 5, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2026, 7:00 PM UTC
Description

The Department of Homeland Security's U.S. Coast Guard is seeking small businesses to participate in the Regional Multiple Award Construction Contract (RMACC III), which aims to provide general construction services across various locations, including the continental United States, Puerto Rico, Guam, and the U.S. Virgin Islands. This initiative is designed to identify eligible small businesses, particularly those classified as 8(a), HUBZone, and service-disabled veteran-owned, to manage a range of construction projects valued between $250,000 and $15 million, with an anticipated total contract value of up to $4 billion over a period of seven to ten years. The selected contractors will be responsible for all aspects of the construction process, including labor, materials, and oversight, emphasizing the Coast Guard's commitment to leveraging small business participation in government projects. Interested parties must submit their capabilities statements and relevant information by November 12, 2025, to Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil for consideration in future contracting opportunities.

Point(s) of Contact
Files
Title
Posted
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.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
USCG Station Sand Key Boat House Replacement
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of the Boat House at Coast Guard Station Sand Key in Clearwater, Florida. This procurement is a Small Business Set-Aside and requires contractors to provide all necessary supervision, labor, materials, and equipment to construct a new 20' x 25' garage/workshop and a 10' x 18' lean-to, adhering to specific design and safety requirements. The project emphasizes compliance with federal safety and environmental regulations, and contractors must commence work within five days of receiving the notice to proceed, with bids due by 3 p.m. EST on April 30, 2025. Interested parties should contact Chief Steven Dunn at STEVEN.C.DUNN@USCG.MIL or BMC James Pinto at James.E.Pinto@uscg.mil for further inquiries and are reminded to register in the System for Award Management (SAM) prior to submission.
CGC ESCANABA DS1 FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repairs of the USCGC Escanaba (WMEC 907) during fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning, inspecting, and overhauling critical systems such as seawater heat exchangers and sewage systems, with an emphasis on adhering to military and safety standards while ensuring environmental protection. This contract is a Total Small Business Set-Aside, encouraging participation from small businesses, including Women-Owned Small Businesses, and is structured as a firm-fixed price agreement. Interested contractors should contact Alissa Gavalian at alissa.gavalian@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
Design-Build Sitka Waterfront Improvements (Sitka, AK)
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the Design-Build Sitka Waterfront Improvements project in Sitka, Alaska. This initiative aims to design and construct a new fixed Seagoing Buoy Tender (WLB) wharf and pier, along with associated infrastructure, to enhance operational capabilities for the Coast Guard. The project encompasses a base item and several optional enhancements, including a Boat Bay Maintenance Facility and a floating dock for Fast Response Cutters, reflecting the importance of modernizing maritime facilities to support U.S. Coast Guard operations. Interested contractors must submit their proposals by May 7, 2025, with a pre-proposal site visit scheduled for March 19, 2025; the total estimated project value is approximately $48 million. For further inquiries, contact Tracianne Torklep at Tracianne.Torklep@uscg.mil or Gabriel D. Perez at gabriel.d.perez@uscg.mil.
Dry-Dock: USCGC RELIANCE FY25 DDS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the dry-dock maintenance of the USCGC Reliance (WMEC-210A) during Fiscal Year 2025. The procurement involves comprehensive repair and preservation tasks, including hull inspections, preservation of underwater components, and maintenance of propulsion systems, all aimed at ensuring the vessel's operational readiness and safety. This contract is significant for maintaining the Coast Guard's maritime capabilities and aligns with federal initiatives to promote small business participation, particularly among women-owned firms. Interested contractors should direct inquiries to Christin Hendrickson at Christin.A.Hendrickson@uscg.mil or Kaity George at Kaity.George@uscg.mil, with the performance period set from August 20, 2025, to October 28, 2025.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
NATIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT III - POOL ONE (NMACC III – Pool 1): BASE SEATTLE SLIP 36 COMPREHENSIVE ENVIRONMENTAL RESPONSE COMPENSATION AND LIABILITY ACT (CERCLA) CLEAN UP AND WATERFRONT RECAPITALIZATION PHASE 1A
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the National Multiple Award Construction Contract III - Pool One (NMACC III – Pool 1) to undertake a comprehensive environmental cleanup and waterfront recapitalization project at Base Seattle. This project, valued at approximately $190 million, involves the demolition of existing structures, upgrading utilities, dredging contaminated sediment, and constructing new facilities to support the homeporting of new USCG Polar Security Cutters. The procurement process emphasizes compliance with environmental standards and construction labor regulations, with key deadlines for proposal submissions set for non-price proposals by April 29, 2025, and price proposals by May 7, 2025. Interested parties should direct inquiries to Ms. Mathuei M. Kenneybrew at mathuei.m.kenneybrew@uscg.mil for further information.
UNITED STATES COAST GUARD WATER BUOY SERVICE
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide water buoy services in various locations across Alaska. The contract encompasses the fabrication, installation, maintenance, and removal of navigational buoys, ensuring they are properly marked and maintained in accordance with Coast Guard specifications. This initiative is crucial for enhancing navigational safety in Alaskan waters, particularly in areas such as the Kwigillingok River, Unalakleet River, and Kotzebue Sound. Proposals are due by April 10, 2025, with the anticipated award date set for May 2025, and services expected to commence on June 1, 2025. Interested contractors can reach out to Deno Stamos at deno.a.stamos@uscg.mil or Benjamin Reedy at benjamin.r.reedy@uscg.mil for further inquiries.
Small Business Opportunities FY-24 Q4 / USCG C5I Service Center
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 3 in Portsmouth, Virginia, has issued a special notice regarding small business opportunities for IT and telecommunications services. This notification serves to inform potential vendors about the designated points of contact for small business inquiries, rather than announcing a specific contracting opportunity. The services sought are critical for enhancing the Coast Guard's operational capabilities and ensuring effective communication and information technology support. Interested small businesses can reach out to Rick Petersen at rick.d.petersen@uscg.mil or 757-295-2270, or Tanika Posey at tanika.l.posey@uscg.mil or 703-417-5568 for further information.
Small Business Opportunities FY-25 Q3 / USCG C5I Service Center
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 3 in Portsmouth, Virginia, is announcing Small Business Opportunities for IT and Telecommunications services. This notice serves to inform potential vendors of the designated Small Business Points of Contact (POCs) for future engagements, although it is important to note that this is not a contracting opportunity at this time. The services sought are crucial for enhancing the Coast Guard's operational capabilities and ensuring effective communication and information technology support. Interested parties can reach out to the primary contact, Rick Petersen, at rick.d.petersen@uscg.mil or by phone at 757-295-2270, or the secondary contact, Tanika Posey, at tanika.l.posey@uscg.mil or 703-417-5568 for further information.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.