AOC MACC Onboarding
ID: AOCACB25R0006Type: Solicitation
Overview

Buyer

ARCHITECT OF THE CAPITOLARCHITECT OF THE CAPITOLACQUISITION & MATERIAL MAN DIVWashington, DC, 20515, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)
Timeline
  1. 1
    Posted Nov 28, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 16, 2024, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 9:00 PM UTC
Description

The Architect of the Capitol (AOC) is seeking qualified contractors for the Multiple Award Construction Contract (MACC) Onboarding, aimed at providing a range of construction services within the United States Capitol Complex and surrounding sites. This procurement involves a competitive indefinite-delivery indefinite-quantity (IDIQ) contract, with work encompassing maintenance, repair, alteration, and historical preservation/restoration projects, among others, with a total maximum ceiling of $250 million and a guaranteed minimum contract of $1,000. The selected contractors will be onboarded during Option Year 4 of the existing MACC IDIQ, which is critical for maintaining the integrity and functionality of the Capitol facilities. Interested parties must submit their proposals by January 9, 2025, and can direct inquiries to Matthew Hutcherson at matthew.hutcherson@aoc.gov for further information.

Point(s) of Contact
Matthew Hutcherson
matthew.hutcherson@aoc.gov
Files
Title
Posted
Dec 16, 2024, 7:05 PM UTC
The document is an amendment to the solicitation AOCACB25R0006, issued by the Architect of the Capitol, effective December 16, 2024. It primarily serves to incorporate additional attachments relevant to a pre-proposal conference for a project numbered 9901. The amendments include: 1. Attachment 18: "Pre-Proposal Conference Attendees List" 2. Attachment 19: "MACC On-Boarding Pre-Proposal Conference PowerPoint" 3. Attachment 20: "On-Boarding RFP RFIs and Answers" The amendment extends the offer submission deadline and outlines the requirements for contractors to acknowledge receipt of this amendment. The existing conditions of the original solicitation remain unchanged unless specified herein. This document reflects procedural updates crucial for participant engagement and clarity regarding project requirements, emphasizing the federal government's systematic approach to procurement processes while ensuring transparency and communication with potential contractors.
Dec 16, 2024, 7:05 PM UTC
The document outlines a solicitation (AOCACB25R0006) issued by the Architect of the Capitol for a Multiple Award Construction Contract (MACC). This competitive RFP invites contractors to submit bids for a range of construction services within the United States Capitol Complex and surrounding sites. The scope includes various projects such as maintenance, alterations, mechanical and electrical work, and historical restoration, with a total maximum ceiling of $250 million and a minimum guaranteed contract of $1,000. The RFP aims to onboard up to five responsive contractors as part of the existing MACC for its fourth option year. Key project details include the requirement for performance bonds, adherence to Davis Bacon wage rates, and regulations pertaining to contractor personnel security clearances. The document delineates contract clauses, inspection protocols, security requirements, and conditions affecting contractor operations at the Capitol Complex. This solicitation is a critical step in ensuring that the federal government can effectively manage ongoing and future construction needs while maintaining regulatory and operational standards.
Dec 16, 2024, 7:05 PM UTC
The document outlines the pricing structure and instructions for task orders associated with a government contract, specifically from Option Year 4 to Option Year 7, spanning March 1, 2025, to September 1, 2029. It delineates different ranges for task orders based on their value, including overhead and profit rates applicable to each range. The contractor is required to submit an overhead and profit rate for task orders totaling an estimated $25 million, applicable for evaluation purposes only. Furthermore, it details the requirements for new task order proposals, emphasizing the need for detailed cost breakdowns and compliance with contract clauses, including the provision of bid and performance bonds. For contract changes, specific rules apply regarding overhead and profit rates based on the prior task order amount. Overall, the document serves as a guide for contractors to ensure proper pricing structure adherence while preparing proposals and managing task order modifications.
The document is a Certificate of Liability Insurance, which serves as an informational certificate indicating that the named insured has insurance coverage for specified policies. It specifies that the document does not amend, extend, or alter coverage provided by insurance policies and outlines the responsibilities of the issuing insurer and certificate holder. Key elements include various types of insurance such as Commercial General Liability, Automobile Liability, and Workers Compensation, along with their limits and policy details. The document mandates that the United States, represented by the Architect of the Capitol, be included as an additional insured for operations under a specified contract. This is important in the context of federal contracts where compliance with insurance requirements is crucial. The certificate also stipulates that applicable insurance amounts must meet legal requirements for work in Washington D.C., Maryland, or Virginia. Overall, the document underscores the significance of adhering to insurance obligations in federal and state RFPs and grants, ensuring adequate coverage for contractors involved in government projects.
Dec 16, 2024, 7:05 PM UTC
The document is a Request for Check of Criminal History Records form used by the United States Capitol Police. Its primary purpose is to facilitate the criminal history background checks required for applicants seeking employment or access to sensitive positions within the Capitol Police department. Applicants must complete sections regarding personal details, such as name, address, Social Security number, and other identifying information, and consent to the use of this information for a background check by the FBI. Additionally, an authorized requestor from the applicant’s agency must also complete specific sections to affirm the legitimacy of the request and verify the applicant’s legal work authorization in the U.S. The document emphasizes the importance of providing accurate information and the potential legal ramifications of providing false information. The Badging and Credentialing Division conducts the final records check and maintains logs related to identity verification. Overall, the form underscores the security protocols surrounding personnel hiring in government institutions, particularly in safeguarding national legislative proceedings.
Dec 16, 2024, 7:05 PM UTC
The Architect-Engineer Design Manual, revised in December 2013, serves as a comprehensive guide for managing architectural and engineering tasks for construction projects by the Architect of the Capitol (AOC). This revised edition consolidates the contents of the previous AOC Pre-Design Manual and the A/E Design Manual, enhancing specificity regarding drawings, project manuals, and deliverables. A significant update mandates electronic file submissions for all design deliverables to facilitate a paperless review process. The manual includes updated checklists, templates, and tools to aid project managers and engineers in creating efficient design packages. AOC's stewardship emphasizes historical preservation, reviewing alterations that may affect heritage assets. The document outlines the roles and responsibilities of the Associate Architect-Engineer, who must ensure design quality and compliance with technical standards while managing project costs throughout various phases. It mandates the use of the Building Information Modeling (BIM) and maintaining proper licensing for entities conducting work. The manual is accessible online, consolidating various resources necessary for AOC projects, thereby promoting standardization, quality, and accountability within the design and construction processes. This document is critical for ensuring compliance with federal guidelines and reflects AOC’s commitment to excellence in preserving Capitol heritage while navigating modern construction practices.
Dec 16, 2024, 7:05 PM UTC
The AOC Order 28-8 outlines the design standards for the Architect of the Capitol (AOC), establishing minimum criteria for the design, construction, and modernization of facilities under AOC jurisdiction. This revised document supersedes the previous AOC Design Guide and aligns with the 2015 International Code Council I-Codes, incorporating feedback from subject matter experts for each section. Major content updates include stringent requirements for sustainable design, historic preservation, security measures, fire protection, and life safety, alongside specifics on mechanical, plumbing, and electrical systems. The document emphasizes the importance of maintaining the architectural dignity of the Capitol complex while addressing environmental regulations and construction safety including life cycle costing principles. It also mandates compliance with a host of established codes and regulations, including the Americans with Disabilities Act. By enhancing coordination mechanisms and emphasizing user feedback, the AOC seeks to ensure that ongoing and future projects meet high design standards and protect heritage assets effectively. This order serves as a crucial resource for federal RFPs and grants related to construction and renovation projects within the Capitol complex and offers guidance for state and local RFPs involving similar standards.
Dec 16, 2024, 7:05 PM UTC
The document outlines the delivery procedures for the United States Capitol Police's Off-Site Delivery Center (OSDC). It emphasizes that all deliveries must be pre-approved and verified by designated points of contact via a specific email address. Deliveries to the Capitol Complex require vehicles to undergo x-ray screening at the OSDC located at 4700 Shepherd Parkway, operational from 4:30 AM to 3:00 PM on weekdays. Delivery personnel must present valid government-issued identification and must be cleared through the National Crime Information Center (NCIC). Access to the Capitol grounds necessitates a formal letter from the company detailing essential employee and vehicle information, alongside delivery logistics. This process ensures security and efficient management of deliveries to various Capitol facilities. For inquiries, communication channels are specified, directing queries to the OSDC during business hours. This document is integral in maintaining security while streamlining the delivery process within the Capitol Complex, reflecting the government's commitment to operational safety and efficiency in managing access and deliveries.
Dec 16, 2024, 7:05 PM UTC
This document outlines the guidelines and requirements for a construction project managed by the Architect of the Capitol (AOC). It details procurement and contracting requirements, general procedures, and responsibilities for contractors, emphasizing strict adherence to regulations, security protocols, and high standards of historical preservation. The document is structured into key sections, including definitions, general requirements, project scope, supervision, construction procedures, safety protocols, documentation expectations, and confidentiality measures. Key points include the necessity for proper coordination among multiple stakeholders, compliance with regulatory and safety standards, and the importance of maintaining the integrity of the Capitol's historical character. Contractors must provide detailed project plans, adhere to timelines, manage site conditions, and submit necessary documentation, such as project progress reports and change orders. The document also underscores the need for effective communication and collaboration among all project participants to mitigate disruptions during construction activities. Overall, this comprehensive guide serves as a framework for managing government construction projects, ensuring compliance with federal standards while fostering a secure environment for both construction personnel and the public.
Dec 16, 2024, 7:05 PM UTC
The document outlines the Architect of the Capitol's (AOC) implementation of Building Information Modeling (BIM) to enhance project execution and facility management across its historically significant buildings. The AOC aims to leverage BIM standards for improved project accuracy, collaboration, and life-cycle management. The guide details essential BIM uses, such as existing conditions modeling, cost estimation, energy modeling, and clash detection, which contribute to improved sustainability, interoperability, and facility asset management. It sets forth comprehensive guidelines for BIM project management, including the development of a BIM Execution Plan (BIMPxP) to align project goals with BIM processes. Additionally, the document establishes model requirements, oversight responsibilities, and quality assurance measures, ensuring compliance with AOC standards while promoting effective collaboration among project stakeholders. By integrating BIM throughout the project phases—from design to construction—a focus on efficient data exchange and informed decision-making further supports the AOC's goals of preserving historic integrity, enhancing operational efficiency, and maintaining safety standards. Overall, the guide serves as a reference for federal and local RFPs and grants, setting a framework for comprehensive, quality-driven project management within federal facilities.
The Architect of the Capitol (AOC) issued Order 7-4 to establish comprehensive policies and responsibilities for safeguarding information systems under its control. Effective October 10, 2017, the order applies to all employees, contractors, and affiliates with access to AOC data. Key changes include an updated clearance process for departing employees, defined responsibilities for personnel, and specific measures for industrial control systems, emphasizing their isolation from the internet to protect critical infrastructure. The policy outlines roles for all individuals interacting with AOC information, specifying compliance requirements such as annual security training and adherence to rules of behavior. The Chief Information Officer (CIO) and Chief Information Security Officer (CISO) are tasked with oversight and implementation of security standards based on best practices and risk management strategies. Furthermore, third-party systems and contractors must align with AOC security protocols, ensuring that independent assessments of information security controls are conducted. This order supersedes previous directives, reflecting a proactive approach towards information security amid evolving threats, illustrating the AOC’s commitment to protect sensitive data and maintain the integrity of its systems.
Dec 16, 2024, 7:05 PM UTC
The AOCACB25C0006 document presents the attendees list from a pre-proposal virtual conference for the "MACC Recompete," scheduled for December 11, 2024, from 10:00 AM to 11:00 AM. The list includes representatives from various companies involved in contracting and construction sectors, highlighting a diverse range of participants. The names and companies noted indicate widespread interest in the forthcoming project, suggesting potential collaboration among contractors like Amber Enterprises, American Combustion Industries, Gana-A Yoo, and others. This conference aims to facilitate communication between the government and prospective bidders, aligning expectations and fostering competitive proposals for the RFP (Request for Proposals) process. The gathering indicates a structured approach to engaging industry stakeholders, ensuring that the government is equipped with qualified options to meet its contracting needs. Overall, the document underscores the importance of pre-proposal meetings in the context of federal and state contracting processes, revealing the preliminary efforts to support future project success through stakeholder involvement and transparency.
The Architect of the Capitol (AOC) is hosting a pre-proposal conference for the 2025 Multiple Award Construction Contract (MACC). The agenda includes an overview of the solicitation requirements and a Q&A session. Although the AOC generally aligns with the Federal Acquisition Regulation (FAR), it operates under specific applicable laws such as the Davis-Bacon and Buy American Acts, while certain laws, including the Small Business Act, do not apply. The solicitation aims to onboard five firms with a cumulative task order cap of $250 million and a minimum task order amount of $1 million. Proposal evaluations will be conducted in two steps, with pricing submitted in the second phase. The document stresses safety, quality control, and client satisfaction, as the contractor’s work must not disrupt legislative functions. Key upcoming projects include various restoration and renovation initiatives across notable facilities. Overall, the conference aims to ensure interested contractors understand AOC protocols and expectations, allowing for a transparent bidding process while emphasizing the importance of historical preservation and legislative constraints.
Dec 16, 2024, 7:05 PM UTC
The Architect of the Capitol (AOC) has issued a Statement of Work (SOW) for a Multiple Award Construction Contract (MACC) to support critical construction, repair, and renovation services across the Capitol Complex. The AOC manages over 17.4 million square feet of building space and aims to engage multiple qualified contractors under an Indefinite Delivery Indefinite Quantity (IDIQ) procurement approach. The contract will cover various services, including energy efficiency upgrades, historic structure preservation, code compliance, and security enhancements. Contractors must adhere to safety regulations, quality control standards, and specific timelines. The contract features one base year and seven optional years, with task orders that may involve firm-fixed prices or time-and-material arrangements. Notably, emphasis is placed on sustainability and energy efficiency requirements outlined at the task order level, along with stringent security protocols necessary for access to high-security areas. Qualified personnel will be required, alongside submission protocols and travel cost specifications for contractors. The SOW details not only the performance criteria but also highlights the necessity for effective project management throughout the execution of tasks, ensuring that work is completed according to AOC standards and federal regulations.
Dec 16, 2024, 7:05 PM UTC
The document outlines the Request for Proposal (RFP) process related to the Multi-Award Contract (MACC) for the Architect of the Capitol (AOC). It specifies that the government intends to award approximately five contracts, and while most projects will follow a Design-Bid-Build approach, some may adopt Design-Build methods. Interested parties, including small businesses and tribal entities, must submit proposals despite specific procurement challenges. The AOC has awarded 27 task orders totaling $286 million since February 2021, with around 60% exceeding $5 million. Questions regarding proposal submissions, project criteria, and requirements for experience and key personnel are addressed to ensure clarity and standardization. Moreover, the total spending limit under the MACC is noted as $250 million per awardee without sharing among them. The document emphasizes the consistency of requirements with previous solicitations to maintain fairness and transparency in the procurement process.
Dec 16, 2024, 7:05 PM UTC
This document outlines the Special Contract Procedures for ordering task orders under the indefinite delivery indefinite quantity (IDIQ) contract by the Administrative Office of the Courts (AOC). It details the ordering and evaluation process for task orders, with a minimum order limit of $1,000,000 and a maximum of $50,000,000, emphasizing that all task orders will be executed by authorized AOC contracting officers. The procedures emphasize fair competition among contractors, requiring technical and price proposals, along with evaluation criteria for awarding contracts based on best value. Additionally, it addresses conditions under which contractors may be restricted from competition and scenarios allowing for non-competitive task orders, such as urgent agency needs or specific sourcing requirements. Moreover, the document describes on- and off-ramp procedures for contractors to maintain a competitive contracting environment. Overall, it serves to guide contractors in understanding the compliance requirements and competitive processes for securing task orders with the AOC, ensuring effective project delivery while adhering to budget constraints and quality standards.
Dec 16, 2024, 7:05 PM UTC
The solicitation AOCACB25R0006 outlines the process for an Indefinite Quantity/Indefinite Delivery (IDIQ) Multiple Award Contract for various construction services for the Architect of the Capitol (AOC), with a maximum value of $250 million. Issued as a Two-Step Request for Proposal (RFP), the process includes a Step 1 focused on submitting qualifications—Specialized Construction Management Experience, Key Personnel, and Past Performance. Qualified firms will be shortlisted to submit detailed Management and Control Plans in Step 2. Step 1 proposals are due by January 9, 2025, followed by a virtual pre-proposal conference. Proposals must adhere to specified formats, emphasizing clarity and completeness, as the government plans to award without discussions. Evaluation criteria for Step 1 and 2 are defined, with factors including experience with historic structures, personnel qualifications, and project control methodologies. Safety and quality control programs also hold significant weight in the evaluation. Overall, this RFP seeks to select capable contractors to manage complex construction tasks involving historic buildings, ensuring compliance with high safety and performance standards.
Dec 16, 2024, 7:05 PM UTC
The file AOCACB25R0006 outlines evaluation criteria for a government acquisition using a two-step tradeoff process for awarding contracts. The purpose is to identify approximately five contractors for specialized construction management of projects involving historic buildings. In Step One, proposals will be assessed based on three equal factors: Specialized Construction Management Experience, Key Personnel qualifications, and Past Performance, with no price evaluations. Proposals must demonstrate relevant experience with projects over $5 million and must include detailed qualifications of key staff. Unqualified proposals will face elimination from further consideration. Step Two focuses on technical elements, including Management Plan, Quality Control Program, Safety Plan, and Project Controls Plan. Here, the quality of proposals carries greater importance than price, although pricing will be evaluated against industry standards for reasonableness and unbalanced pricing. The process emphasizes the need for proposals that meet RFP specifications, indicating the government's commitment to quality and compliance in contracting processes. This structured method ensures that only the most capable contractors are considered for award, significantly enhancing project reliability and outcomes.
Dec 16, 2024, 7:05 PM UTC
The AOC Past Performance Questionnaire is a structured tool used for evaluating a contractor's performance history for a Multi-Award Construction Contract with the Architect of the Capitol (AOC) in Washington, DC. The document requests feedback from a customer reference about the contractor's previous project execution, emphasizing that the information will be treated as Source Selection Sensitive according to Federal Acquisition Regulations (FAR). The evaluator is instructed to provide a thorough assessment across various performance metrics, including adherence to schedules, quality control, pricing, compliance with labor and safety standards, and overall client satisfaction. Ratings range from "Outstanding" to "Unsatisfactory," and open-ended sections are included for detailed comments on specific experiences. The completed questionnaire aids the AOC in making informed decisions regarding contractor selection based on past performance, critical in the context of federal contracting processes.
Dec 16, 2024, 7:05 PM UTC
The Safety and Environment Program Performance Questionnaire is a document required from contractors wishing to participate in projects managed by the Architect of the Capitol (AOC). This form must be completed and submitted electronically with essential information regarding the contractor's safety performance and environmental practices over the past three years. Key topics include the submission of injury reports, workers' compensation rates, safety training records, environmental compliance, citation history from OSHA or the EPA, and the development of health and safety programs. The questionnaire also requests details about hazardous work operations, subcontracting processes, safety inspections, and the implementation of safety and environmental protocols. Additionally, it assesses the company's commitment to worker safety, including alcohol and substance abuse programs and medical surveillance for employees dealing with hazardous materials. The ultimate goal is to evaluate contractors comprehensively to ensure adherence to safety and environmental standards before award decisions are made in alignment with federal and state regulations.
Dec 16, 2024, 7:05 PM UTC
The document addresses the 2021 MACC IDIQ RFP, specifically focusing on responses to various inquiries regarding the solicitation process. It outlines essential points including the contractor selection process and specific qualifications required for project submission, indicating that multiple projects cannot be combined to meet the $5 million minimum value for experience. Additionally, it clarifies the expected percentage of design-build projects and the potential for LEED and SITES certifications depending on individual task orders. Responses confirm that past performance evaluations will consider all projects submitted, regardless of contract type, and that submission formats will exclude certain documents from page counts. The document emphasizes a consistent requirement for overhead rates and profit margins for proposals, acknowledging industry standards while specifying AOC regulations. Specific technical requirements around BIM software are also stated, with Bentley software confirmed as necessary, although Autodesk may be acceptable depending on export compatibility. Overall, the document serves to clarify the parameters and expectations within the RFP process for potential contractors, ensuring compliance and understanding in preparation for project bids under the AOC's jurisdiction.
Dec 16, 2024, 7:05 PM UTC
The Architect of the Capitol (AOC) Order 42-4 outlines the requirements for the identification, marking, and protection of Controlled Unclassified Information (CUI) within the AOC. The order emphasizes safeguarding sensitive unclassified information, which, if disclosed without authorization, could harm governmental, commercial, or private interests. It applies to AOC employees and contractors who access CUI, mandating compliance within one year of the order's effective date (May 6, 2016). Key components include the definition and identification of CUI, the responsibilities of personnel for safeguarding this information, the process for marking documents, and the protocols for handling CUI during telework. CUI must be properly transmitted, accessed, and destroyed, with measures to report any security incidents promptly. The Office of Security Programs (OSP) is tasked with overseeing CUI security and ensuring staff training, while jurisdiction heads are responsible for enforcement within their organizations. This order reflects the AOC's commitment to information security, compliance with federal standards, and the importance of protecting sensitive materials relevant to the U.S. Congress and national interests. The document serves as a guidance and regulatory framework for managing CUI effectively within the AOC and its contractors.
Lifecycle
Title
Type
AOC MACC Onboarding
Currently viewing
Solicitation
Similar Opportunities
Multiple Award Construction Contract (MACC) - Large Scale Military Projects
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM), 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 activities, including design-bid-build and design-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The projects will support various military facilities and infrastructure, emphasizing compliance with sustainability goals and safety standards. Interested contractors must submit proposals by April 29, 2025, and are encouraged to contact Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further information.
Multiple Award Construction Contract for Inspection, Repair, and Renovation Construction Services for Petroleum, Oil, and Lubricant Fuel Systems at Various Locations Worldwide
Buyer not available
The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on inspection, repair, and renovation services for petroleum, oil, and lubricant fuel systems at various global locations. This procurement aims to provide essential construction and engineering services, including maintenance and repair of pipelines and fuel storage tanks, as well as support for associated facilities and systems. The contract, valued at a maximum of $997 million, will be awarded on an Indefinite-Delivery, Indefinite-Quantity basis, with a minimum guarantee of $10,000 for each contractor over a base period of 60 months, extendable by six months. Interested firms must submit proposals by April 21, 2025, and are encouraged to contact Analaura Montalvo at analaura.montalvo.civ@us.navy.mil for further inquiries.
Roofing Multiple Award Construction Contract
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is soliciting proposals for a Roofing Multiple Award Construction Contract (MACC) aimed at roofing construction, repair, and alteration of naval facilities across several states, primarily in Washington. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is specifically set aside for small businesses, with a focus on the roofing contractors under NAICS code 238160, which has a small business size standard of $19 million. The work will encompass various naval facilities within the NAVFAC Northwest Area of Responsibility, which includes Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. Interested parties can reach out to Nancy Coffee at nancy.m.coffee.civ@us.navy.mil or Jodus Hortin at jodus.d.hortin.civ@us.navy.mil for further inquiries.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at awarding contracts to up to five small businesses for construction tasks valued at a total of $90 million over five years. The procurement process will follow a two-phase evaluation, with Phase 1 assessing past performance and management approaches, while Phase 2 will focus on technical and pricing proposals. This contract is crucial for ensuring quality construction and restoration of real property, emphasizing collaboration with USACE and adherence to strict quality control and management standards. Interested contractors must have an active registration in SAM.gov and submit proposals through the PIEE portal by April 10, 2025, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
Offutt AFB Multiple Award Construction Contract (MACC)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Multiple Award Construction Contract (MACC) at Offutt Air Force Base in Nebraska, aimed specifically at small businesses. This contract will encompass a variety of construction and design-build projects, with the government intending to award contracts to at least eight qualified offerors, ensuring compliance with federal regulations and promoting small business participation. The estimated total expenditure for this contract is capped at $49,999,999, with specific seed projects including the repair of a water main and HVAC systems, each with defined cost ranges. Interested contractors must submit their proposals by April 8, 2025, and can direct inquiries to Michael Madison or Cassandra Janousek via their provided email addresses.
P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
Buyer not available
The Department of Defense, through the Naval Facilities Systems Command, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction project, identified by solicitation number N40080-25-R-7071, involves the construction of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The procurement process emphasizes a competitive evaluation based on price and past performance, with proposals accepted only from selected contractors on the list of MACC holders, and electronic submissions due by February 25, 2025. Interested parties should direct inquiries to Lindsay Brown or Damila Adams, with a pre-proposal conference scheduled for January 29, 2025, and compliance with wage determinations and bonding requirements is mandatory.
Multiple Award Construction Contract (MACC)
Buyer not available
The Department of Defense, through the 341st Contracting Squadron at Malmstrom Air Force Base in Montana, is seeking small business contractors for a Multiple Award Construction Contract (MACC). This initiative aims to establish indefinite-delivery indefinite-quantity contracts for various construction, repair, maintenance, and alteration projects involving real property assets across the base and associated sites in Montana, specifically targeting small business categories such as 8(a), HUBZone, Woman-Owned Small Businesses, and Service-Disabled Veteran-Owned Businesses as prime contractors. The planned MACC will have a basic ordering period of five years, with an option for two additional years, and is expected to award around eight contracts, with project values ranging from $100,000 to $6 million and an overall contract capacity capped at $100 million. Interested parties must submit their qualifications and relevant information to Cody Babinecz at cody.babinecz@us.af.mil by April 11, 2025.
Multiple Award Construction Contract (MACC), Moody AFB
Buyer not available
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.
IDIQ MACC SMALL BUSINESS SET-ASIDE FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF ROOFING PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFACSYSCOM), is soliciting proposals for a multiple award construction contract (MACC) focused on new construction, renovation, and repair of roofing projects at various government installations across California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement is set aside for small businesses and aims to award approximately three or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with work including installation, maintenance, and emergency repairs of various roofing systems, as well as associated tasks such as hazardous material testing and demolition. The total estimated value of the contracts is $200 million, with task orders ranging from $100,000 to $7.5 million, and a minimum guarantee of $5,000 for each awardee. Interested contractors must register on the SAM.gov website and are encouraged to check for updates, as the solicitation will be available electronically only. For further inquiries, contact Elson Muzada at elson.g.muzada.civ@us.navy.mil or Jaime Flores at jaime.r.flores4.civ@us.navy.mil.
FY25 Design Build/Design Bid Build (DB/DBB) General Construction East Multiple Award Task Order Contract (MATOC)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is preparing to issue a presolicitation for a Design Build/Design Bid Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC). This contract aims to establish a pool of up to seven contractors to provide general construction services for various Charleston District Programs, with a total capacity of $99 million over a three-year base period and one two-year option period, covering work located east of the Mississippi River. The MATOC is a significant opportunity for small businesses, as it is set aside entirely for small business participation under FAR 19.5, emphasizing the importance of fostering competition and supporting the small business sector in government contracting. Interested parties can reach out to Addison Layfield at addison.g.layfield@usace.army.mil or by phone at 843-329-8194 for further information, with a formal solicitation expected to be announced within the next 15 to 45 days.