W912HP25S3002, Single Award Task Order Contract (SATOC) for Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts for Facility Support Services for Marine Forces Reserve Command (MARFORRES) Facilities, Northeast Region II
ID: W912HP25S3002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST CHARLESTONCHARLESTON, SC, 29403-5107, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Army Corps of Engineers, is seeking qualified contractors for a Single Award Task Order Contract (SATOC) for Indefinite Delivery, Indefinite Quantity (IDIQ) contracts focused on Facility Support Services for the Marine Forces Reserve Command (MARFORRES) Facilities in Northeast Region II. The procurement aims to provide essential maintenance and support services for office buildings, ensuring operational efficiency and readiness of the facilities. This opportunity is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties can reach out to Walter Gordon at WALTER.L.GORDON@USACE.ARMY.MIL or call 843-329-8157 for further details.

Point(s) of Contact
Files
No associated files provided.
Similar Opportunities
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.
FY25 MOTSU Operations and Maintenance Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for operations and maintenance services at the Military Ocean Terminal at Sunny Point (MOTSU) in Southport, North Carolina. The contract requires the contractor to provide comprehensive personnel, management, tools, and services necessary for the operation, maintenance, repair, and construction of Real Property Facilities (RPF) at MOTSU, covering various functional areas including maintenance management, electrical and water systems, grounds maintenance, and waterside maintenance. This procurement is crucial for ensuring the operational readiness and safety of military facilities, with a performance period consisting of a base year and four option years. Interested small businesses must submit proposals by May 23, 2025, and can contact Nicolette Campbell at nicolette.l.campbell@usace.army.mil or Karri Mares at Karri.L.Mares@usace.army.mil for further information.
Trinity Regional Multiple Award Task Order Contract (MATOC)
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Southwestern Fort Worth District, is seeking qualified contractors for the Trinity Regional Multiple Award Task Order Contract (MATOC), which will support multi-discipline construction work in the Trinity seven lakes region of Texas. This five-year contract will encompass a variety of construction projects, including design/build and bid/build processes, with project values up to $1,000,000, and will require contractors to have in-house design capabilities or ready access to such capabilities. The MATOC is crucial for executing maintenance, repair, and construction tasks, including hazardous material survey/abatement and major trades work. Interested parties should contact Michael Gilbert at michael.p.gilbert@usace.army.mil or call 509-954-0175 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
USACE Forest Services MATOC
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking qualified contractors for a Multiple Award Task Order Contract (MATOC) focused on forest management services, specifically vegetative maintenance projects across Illinois, Wisconsin, Iowa, and Missouri. The procurement aims to assist USACE with various forestry tasks, including planting, herbicide application, and invasive species management, to enhance ecological conditions and promote sustainable land use practices. This initiative is critical for effective natural resource management and aligns with broader governmental goals of environmental preservation. Interested parties must submit their proposals by May 26, 2025, with a maximum contract value of $9.5 million over a five-year performance period. For further inquiries, contact Bradley Grothus at bradley.j.grothus@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
Fort Johnson, LA Horizontal HUBZone Multiple Award Task Order Contract
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for a Horizontal HUBZone Multiple Award Task Order Contract (MATOC) for Fort Johnson, Louisiana. This procurement aims to engage qualified contractors for a range of Design-Build and Design-Bid-Build construction activities, including the design and construction of parking lots, retaining walls, bridges, roads, and drainage improvements, among others. The contract is significant for supporting the construction and repair of essential facilities, with a maximum task order limit of $10 million and an estimated total contract capacity of $20 million over a seven-year period. Interested parties can reach out to Demetrius Brooks at demetrius.d.brooks@usace.army.mil or Robert Buchanan at robert.e.buchanan@usace.army.mil for further details.
Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
Buyer not available
The U.S. Army is seeking information from small businesses for a Multiple Award Task Order Contract (MATOC) related to real property maintenance, alterations, and repairs at Tobyhanna Army Depot in Pennsylvania. The Army Contracting Command wants to identify potential small businesses that can perform basic facility maintenance and construction work, including interior renovations, HVAC, electrical, and landscaping. Businesses capable of meeting the general requirements are invited to submit voluntary responses by October 31, 2025, to the Contract Specialist, Justin Marino. There is no obligation for the government to award a contract based on this request for information.
DoDEA Minor Construction SATOC
Buyer not available
The Department of Defense, through the United States Army Corps of Engineers (USACE) Europe District, is preparing to issue a presolicitation for the DoDEA Minor Construction Single Award Task Order Contract (SATOC) aimed at providing design-build construction services for schools in Belgium, Germany, and Italy. This procurement will involve a range of construction services, including facility repair, renovation, and new construction, with an anticipated ceiling value of €50 million and individual task orders ranging from €100,000 to €5 million. The selected contractor will be responsible for ensuring compliance with all applicable laws and regulations while delivering timely and quality construction services to support Department of Defense Education Activity (DoDEA) schools. Interested firms must be registered in the System for Award Management (SAM) and are encouraged to prepare for a solicitation release around May 1, 2025, with an award expected by December 2025. For further inquiries, contact Andrew Cochran at andrew.a.cochran@usace.army.mil or Ryan Fernandez at ryandale.r.fernandez@usace.army.mil.
$98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
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 exclusively 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 locations within the NAVFAC Northwest Area of Responsibility, including Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. Interested contractors 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 details.
DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
Buyer not available
The Department of Defense, specifically the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project entails comprehensive roofing tasks including removal, installation, repair, sealing, and replacement of roofs across various buildings, ensuring they remain watertight and compliant with safety and industry standards. This contract is crucial for maintaining the integrity of Army facilities and is expected to have a total value between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should monitor Sam.gov for updates on the forthcoming solicitation, which is anticipated to be released by November 2024, and may contact Melanie Palmas at melanie.d.palmas.civ@army.mil for further inquiries.