Design Build (DB) Construction Services, Multiple Award Task Order Contract (MATOC) in Support of the Defense Health Agency (DHA)
ID: W9127S24R6010Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST LITTLE ROCKLITTLE ROCK, AR, 72201-3225, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
  1. 1
    Posted Apr 18, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 3:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers' Little Rock District, is seeking responses for a Sources Sought Announcement related to a Multiple Award Task Order Contract (MATOC) for Design Build (DB) Construction Services in support of the Defense Health Agency’s (DHA) Sustainment, Restoration, and Modernization (SRM) program. This initiative aims to gather information on the capabilities and qualifications of contractors to inform the planning of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which will encompass renovation, alteration, and new construction work in occupied medical environments, ensuring compliance with health and safety regulations. The total estimated budget for this contract is approximately $240 million over five years, with the anticipated solicitation release expected by June 2025 and responses due in July 2025. Interested firms are encouraged to contact Jennifer D. Winkler at jennifer.d.winkler@usace.army.mil or Marcus D. Mitchell at marcus.d.mitchell@usace.army.mil for further details and must respond to the announcement via designated email addresses by the specified deadline.

Files
Title
Posted
Apr 2, 2025, 12:04 AM UTC
The document outlines a "Capabilities Survey" for firms interested in providing Design Build (DB) Construction Services under the Defense Health Agency’s (DHA) Multiple Award Task Order Contract (MATOC). It seeks detailed company information, including size classification, bonding capabilities, and past project experience relevant to DB construction. Contractors must list projects completed in the past five years, indicating their roles as prime or subcontractors, divided by value and geographical regions. The survey also assesses the firm's interest in bidding and capabilities across various regions and the nation. The total program budget is approximately $240 million over five years. The survey aims to gather essential capabilities that allow competing contractors equal opportunity in the upcoming solicitation. Firms are encouraged to evaluate advantages and disadvantages of participating in both Regional and National MATOC contracts. The focus is on capturing and reporting relevant experience, bonding capacities, and firm interests to facilitate effective contractor selection for critical healthcare-related constructions under DHA.
Apr 19, 2024, 3:13 AM UTC
Apr 2, 2025, 12:04 AM UTC
The U.S. Army Corps of Engineers' Little Rock District released a Sources Sought Announcement for a market survey aimed at obtaining information to inform the planning of an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract for Design Build construction services. This initiative supports the Defense Health Agency’s Sustainment, Restoration, and Modernization (SRM) program for active medical facilities, including hospitals and clinics. The contract, estimated at $240 million over five years, encourages participation from small businesses, especially those categorized as Small Business, 8(a), HUBZone, WOSB, and SDVOSB. The scope includes renovation, alteration, and new construction work requiring compliance with health and safety regulations, particularly in occupied medical environments. Contractors will need to provide comprehensive services, including design, project management, and the procurement of necessary fixtures and equipment. The anticipated solicitation release is expected by June 2025, with responses due in July 2025. Interested firms must register on SAM.gov and respond to the announcement via designated email addresses by the specified deadline. This announcement is essential for ensuring adequate competition among contractors and preparing for future solicitations.
Apr 19, 2024, 3:13 AM UTC
Similar Opportunities
Operation & Maintenance (O&M) with Incidental Repair and Minor Construction, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) in Support of the DHA Program, Texas Region
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to provide Operation & Maintenance (O&M) services, along with incidental repair and minor construction, for healthcare facilities across military medical centers, hospitals, clinics, and laboratories in Texas. This procurement is aimed at ensuring the effective maintenance and operational readiness of critical healthcare infrastructure, which is vital for supporting military personnel and their families. The solicitation, designated as W9127825RA039, will be available for download in early May 2025, and interested parties must be registered in the System for Award Management (SAM) to access the solicitation documents. For further inquiries, potential bidders can contact Rhonda Archie at LaRhonda.M.Archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
USACE SPK DB/DBB Construction MATOC, for Sacramento Corps of Engineers district.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice to gauge interest and capabilities for a Multiple Award Task Order Contract (MATOC) focused on design-bid-build and design-build construction projects. The anticipated MATOC will support a variety of construction needs, including the development of commercial and institutional buildings, with a total capacity of $499 million over five years, addressing projects such as office buildings, barracks, and data centers. This procurement is crucial for ensuring adequate competition among small businesses, including those in various socioeconomic categories, as the government seeks to understand market capabilities and potential sources for upcoming construction contracts. Interested contractors are encouraged to submit capability statements by May 12, 2025, to the primary contact, Melita Doyle, at melita.s.doyle@usace.army.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.
W912DY25RA021 previously W912DY25R0003 IOT IV Sources Sought
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractor capabilities for the Initial Outfitting and Transition Facilities Support Services (IO&T FSS IV) to support the Military Health System (MHS) in establishing new and renovated healthcare facilities. The procurement aims to gather market research and assess contractor qualifications for services including project management, interior design, equipment planning, transition planning, and post-occupancy evaluations, which are critical for ensuring that healthcare facilities meet operational needs. This initiative is anticipated to have a capacity of approximately $720 million and invites both small and large businesses to participate, with responses due by April 29, 2025. Interested contractors should direct inquiries to Sharleene Davidson or Kijafa Johnson-Cooper via the provided email addresses.
Unrestricted Military & Civil A-E Services MATOC
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is preparing to issue a presolicitation for an Unrestricted Military and Civil Architect-Engineering (A-E) Services Multiple Award Task Order Contract (MATOC). This procurement aims to award up to five firm fixed price Indefinite Delivery Contracts (IDCs) with a total capacity of $200 million for A-E services related to studies, analysis, and design for military and civil projects within the USACE Northwestern Division. The projects will encompass various types of facilities and structures on military bases and federal installations, including new construction, renovation, and maintenance of facilities such as barracks and utilities. Interested firms must register in the System for Award Management (SAM) and keep their information current, as solicitation documents will be available on https://SAM.gov. For further inquiries, contact Susan Prater at susan.prater@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil, with the contract performance period set for five years starting from the award date.
$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.
New Competitive Design Build Single Award Task Order Contract for Renovation, Repair, and New Construction
Buyer not available
The Department of Defense, specifically the Department of the Army through the W074 Endist Mobile office, is soliciting proposals for a new competitive Design-Build Single Award Task Order Contract (SATOC) focused on renovation, repair, and new construction projects within the Mobile District's area of responsibility, primarily in the Gulf Coast region. This procurement is set aside for Historically Underutilized Business (HUBZone) small businesses and will follow a two-phase design-build approach under an Indefinite Delivery/Indefinite Quantity (IDIQ) framework. The selected contractor will play a crucial role in supporting various construction needs, which are vital for maintaining and enhancing military infrastructure. Interested parties can reach out to Lesley Thomas at lesley.m.thomas@usace.army.mil or call 251-441-6511 for further details regarding the solicitation process.
Defense Health Agency Health Facility Planning Support RFI
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is conducting a Sources Sought notice for the Defense Health Agency (DHA) to identify qualified 8(a) small businesses capable of providing health facility planning support in Falls Church, Virginia. The procurement aims to gather market research on the capabilities of firms to assist in comprehensive facility planning, including programming, operational support, and project development, which are critical for optimizing military healthcare services. Interested firms are encouraged to submit documentation detailing their relevant experience and qualifications, as this notice is intended for informational purposes only and does not constitute a solicitation for proposals. For further inquiries, interested parties may contact Jasmine Jackson at Jasmine.N.Jackson@usace.army.mil or Marta Anerton at marta.l.anerton@usace.army.mil.
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years and is valued at a maximum of $1.61 billion, focusing on maintaining the health and readiness of service members through various assessments, treatments, and logistical support. This initiative underscores the importance of ensuring a medically ready force, with contractors required to establish a network of certified providers and adhere to strict quality control and reporting standards. Interested parties must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
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 contract encompasses Design-Build and Design-Bid-Build projects, primarily involving general construction activities such as new construction, renovation, and infrastructure improvements for various facility types, including administrative, medical, and training facilities. The total contract value is capped at $8 billion over an eight-year period, with a two-year base and two additional three-year option periods, emphasizing the government's commitment to enhancing military infrastructure. Interested contractors must submit their proposals by May 6, 2025, and can reach out to Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further inquiries.