Rapid Disaster and Infrastructure (RDI) Construction/Response Multiple Award Task Order Contract (MATOC)
ID: W9128F25SS002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for the Rapid Disaster and Infrastructure (RDI) Construction/Response Multiple Award Task Order Contract (MATOC). This initiative aims to identify firms capable of executing time-sensitive construction and disaster assistance tasks that support federal agencies, including the Department of Defense and FEMA, with project values ranging from $1 million to $50 million. The contract will cover a variety of projects related to infrastructure, utilities, and emergency construction activities, reflecting the government's commitment to enhancing disaster response and infrastructure recovery capabilities. Interested firms are encouraged to submit their qualifications and relevant experience to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil by the specified deadline, as this notice serves solely for market research and does not guarantee future contracts or solicitations.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) Omaha District has issued a Sources Sought Notice (W9128F-25-S-S002) to evaluate firms for the Rapid Disaster and Infrastructure (RDI) Construction/Response Multiple Award Task Order Contract (MATOC). The aim is to identify qualified contractors for time-sensitive construction and disaster assistance tasks supporting federal agencies like the Department of Defense and FEMA. The contract will encompass a range of projects including infrastructure, utilities, and emergency construction activities with expected task orders between $1 million and $50 million. The notice emphasizes that this inquiry is solely for market research and does not guarantee future contracts or RFPs. Firms are required to provide pertinent information regarding their capabilities, including past experience, mobilization readiness, and responses to specific questions about their business classification and project management capacities. The document encourages small businesses to participate and ensures compliance with federal procurement regulations. Responses are requested by a specified date, with no solicitation currently available. This initiative aligns with the government’s goal to enhance readiness and effectiveness in disaster response and infrastructure recovery.
    Similar Opportunities
    Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is seeking qualified small businesses for a Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) valued at up to $90 million. This contract will encompass design and construction services for various projects, including new construction, rehabilitation, and maintenance of both vertical and horizontal structures across the North Atlantic Division Area of Responsibility. Task orders are expected to range from $3 million to $10 million, with a contract ordering period of five years. Interested parties should note that this is a presolicitation notice, and the Request for Proposal (RFP) will be available in early February 2025; inquiries can be directed to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide a range of engineering services, including design and consultation for various civil works projects, which are critical for infrastructure development and maintenance. Interested firms are encouraged to demonstrate their qualifications and past performance, as these will be key factors in the selection process. For further inquiries, potential applicants can contact Evan Cyran at evan.m.cyran@usace.army.mil or by phone at 410-962-6037, or Leigha Arnold at leigha.m.arnold@usace.army.mil or 443-749-2022.
    $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.
    Sources Sought for Architect-Engineer Planning and Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City and Omaha Districts)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide planning and design services for various Civil Works Projects in the Kansas City and Omaha Districts. The upcoming procurement aims to establish contracts similar to those awarded in May 2019, which included two multiple-award task order contracts (MATOCs) with a total capacity of $126 million, designed to enhance the Corps' capabilities in executing civil engineering projects. Interested firms should prepare for a Request for Proposals (RFP) anticipated to be released in the first quarter of Fiscal Year 2026, and can direct inquiries to primary contact Erick Ottoson at erick.s.ottoson@usace.army.mil or secondary contact Laura Hedrick at Laura.L.Hedrick@usace.army.mil for further information.
    MATOC Contractors Only - Repair for Covington Emergency Levee
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Multiple Award Task Order Contracts (MATOC) to undertake repairs on the Covington Emergency Levee in Kentucky. The project aims to address critical geological and geotechnical challenges, including slope stabilization and outlet repairs, to ensure the levee's integrity and protect approximately 6,600 residents from flooding risks. This initiative underscores the federal commitment to maintaining infrastructure resilience in vulnerable areas, with contractors required to adhere to Davis-Bacon Act labor standards and provide comprehensive safety documentation. Interested parties should contact Jennifer King at jennifer.l.king2@usace.army.mil or Matthew Judd at Matthew.p.judd@usace.army.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    Fort Johnson Horizontal MATOC HUBZone Pool
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Fort Worth District, is seeking proposals for the Fort Johnson Horizontal MATOC HUBZone Pool, a presolicitation notice for a 100% small business HUBZone set-aside contract. This opportunity involves the establishment of an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at supporting horizontal construction projects, including the design and construction of roads, bridges, and various infrastructure improvements at Fort Johnson and potentially other USACE programs within the Southwestern Division. The anticipated Request for Proposal (RFP) will be issued around March 1, 2025, with a total shared capacity of $20 million and a minimum guarantee of $2,500, and interested HUBZone firms are encouraged to monitor the SAM.gov website for updates and to ensure their registration is current. For further inquiries, contact Demetrius Brooks at demetrius.d.brooks@usace.army.mil or Robert E. Buchanan at CESWF-CT-PreawardProposal@usace.army.mil.
    Two Phase Design-Build IDIQ MATOC in Support of DHA, Northern Region
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, is seeking qualified contractors for a Two Phase Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support the Defense Health Agency (DHA) in the Northern Region. This procurement aims to facilitate the construction of commercial and institutional buildings, particularly focusing on hospitals and infirmaries, under NAICS code 236220. The selected contractors will play a crucial role in enhancing healthcare infrastructure, which is vital for supporting military personnel and their families. Interested vendors can reach out to Lanell A. Roberts at lanell.a.roberts@usace.army.mil or call 251-694-3859 for further details, as this presolicitation is part of an ongoing effort to engage industry partners in government contracting processes.
    MVD Levee Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.
    Notice of Intent 2021 Unrestricted A/E Environmental Support Services IDIQ MATOC Capacity Increase
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is announcing its intent to award modifications against existing task orders under the 2021 Unrestricted Architect/Engineer (A/E) Environmental Support Services Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC). The procurement aims to secure environmental support services, including design, studies, surveys, sampling, testing, and permit procurement, to assist in various environmental matters related to hazardous, toxic, and radiological sites, while ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining environmental safety and compliance across multiple programs, including the Formerly Used Defense Sites and the Department of Defense Restoration Program. Interested firms must submit their responses, including company details and capability evidence, to the primary contact, Alexa Dukes, at alexa.l.dukes@usace.army.mil by February 14 at 1:00 PM Eastern Time.
    Integrated Design Build Initial Outfitting (iDBIO) Multiple Award Task Order (MATOC) 6.0 Design Build (DB) Construction in Support of Defense Health Agency (DHA)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Integrated Design-Build Initial Outfitting (iDBIO) construction services in support of the Defense Health Agency's (DHA) healthcare facilities modernization program. This initiative aims to renovate and construct healthcare facilities, including hospitals and clinics, with an estimated contract value of $2.5 billion over seven years, encompassing task orders ranging from $2 million to $90 million. The government encourages participation from small businesses, including those classified as 8(a), HUBZone, Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses, to ensure adequate competition. Interested contractors must register in the System for Award Management (SAM) and submit their capabilities by March 4, 2025, with the official solicitation expected to be issued around December 2025. For further inquiries, contact Terry Shaw at terry.l.shaw@usace.army.mil or Marcus D. Mitchell at marcus.d.mitchell@usace.army.mil.