CALIFORNIA REGION 4 MATOC
ID: W911SA25RA010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
  1. 1
    Posted Mar 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking proposals for a Five Year Multiple-Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contract for the 63rd Readiness Division in California. This procurement, set aside for Historically Underutilized Businesses (HUBZone), involves commercial and institutional building construction services under NAICS Code 236220, with a maximum contract value of $15 million. The solicitation, W911SA25RA010, is anticipated to be issued within 30 days and will follow FAR Part 15 procedures, with a firm fixed-price contract structure. Interested vendors should note that the submission deadline is set for April 18, 2025, at 10:00 AM, and can contact William Parsons at william.a.parsons4.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil for further information.

Files
Title
Posted
Apr 10, 2025, 3:07 PM UTC
Lifecycle
Title
Type
CALIFORNIA REGION 4 MATOC
Currently viewing
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
CONCRETE CRUSHING IDIQ
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking bids for a Concrete Crushing Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement involves site preparation services under NAICS Code 238910, specifically for concrete crushing operations at Fort McCoy, with a project magnitude estimated between $1,000,000 and $5,000,000. The contract will be a total small business set-aside, with a base period of performance concluding no later than June 16, 2026, and the potential for four additional option years extending the contract until June 2030. Interested vendors can reach out to William Parsons at william.a.parsons4.civ@army.mil or call 502-898-1007 for further details, and should monitor for the solicitation release anticipated within 30 days of this presolicitation notice.
FY23-28 General Construction Services BPA - W911S223S8000
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. This BPA is specifically aimed at Historically Underutilized Business Zone (HUBZone) small businesses and will cover a range of construction projects valued between $2,000 and $250,000, with an estimated total value of $15 million over its duration. The selected contractors will be responsible for providing all necessary resources for various construction activities, including new work, alterations, and maintenance, while adhering to federal regulations such as the Davis-Bacon Act. Interested vendors must submit their qualifications, including bonding capability and compliance certifications, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, by the specified deadline to be considered for inclusion in this BPA.
Construction IDIQ MATOC - Hawaii National Guard
Buyer not available
The Department of Defense, through the Army National Guard, is seeking qualified small businesses for the Construction IDIQ MATOC project in Hawaii, which encompasses maintenance, repair, construction, and design-build services. The anticipated contracts will cover a range of tasks including renovations, HVAC, plumbing, electrical work, and new facility construction, primarily focusing on sustainment, repair, and maintenance projects under $1 million. Up to ten contracts will be awarded over a five-year period, with task orders ranging from $2,000 to $10 million, and a total program cap of $50 million. Interested contractors should prepare for a pre-proposal conference around May 20, 2025, with the solicitation expected to be released on or about May 12, 2025, and closing tentatively on June 12, 2025. For inquiries, contact Cezar De Veas at cezar.y.deveas.mil@army.mil or Anthony Reyes at anthony.g.reyes1.civ@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.
Solicitation, GENSETS REPLACMENT
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of generator sets (GENSETS) at Fort McCoy. This procurement is set aside for small businesses under the SBA guidelines and falls under the NAICS code 238210, which pertains to electrical contractors and wiring installation. The project is crucial for maintaining operational readiness and ensuring reliable power supply for military facilities. Interested vendors should note that the deadline for quote submissions has been extended to April 15, 2025, at 10:00 AM CDT, and can direct inquiries to Kristine Scholz at kristine.k.scholz.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil for further information.
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 primarily in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract will encompass general construction activities, including design-build and design-bid-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 the importance of compliance with federal guidelines and small business participation. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further information.
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.
Natick Soldier Systems Center Multiple Award Task Order Contract (MATOC) for Construction
Buyer not available
The Department of Defense, through the Army Contracting Command-Aberdeen Proving Ground, is seeking qualified small businesses for the Natick Soldier Systems Center Multiple Award Task Order Contract (MATOC) for construction-related services. This pre-solicitation notice outlines the intent to award up to ten Indefinite Delivery Indefinite Quantity (ID/IQ) contracts for real property maintenance, alterations, and minor construction at the Natick facility, with a focus on various general construction tasks including renovations, HVAC, plumbing, and site work. The estimated contract value ranges from $25 million to $100 million, with the solicitation anticipated to be issued in May 2025 and a contract performance period of five years, followed by an optional three-year extension. Interested parties should ensure their registration in the System for Award Management (SAM) and may contact Alexander M. Ponusky at alexander.m.ponusky.civ@army.mil for further information.
Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a KC-46 Two-Bay Maintenance/Fuel Cell Hangar at March Air Reserve Base in California. This Design-Bid-Build project aims to enhance military infrastructure by providing essential maintenance facilities for the KC-46A aircraft, which includes various construction tasks such as site preparation, demolition, and installation of specialized systems. The estimated project cost ranges from $100 million to $250 million, with a focus on compliance with federal regulations, environmental standards, and safety protocols throughout the construction process. Interested contractors must submit their proposals electronically by April 17, 2025, and can direct inquiries to Lindsay Lawrence at lindsay.b.lawrence@usace.army.mil.
610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (610 CACs OMR IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the 610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure cost-effective operations, maintenance, and repair services for Non-Real Property equipment, ensuring the functionality and longevity of the 610 CACS missions through comprehensive life cycle maintenance practices. The contract will be awarded as a firm-fixed price IDIQ with a five-year ordering period, and it is exclusively set aside for 8(a) small businesses. Interested contractors must submit their quotes by May 5, 2025, and all inquiries should be directed to Megan Middleton at megan.middleton.5@us.af.mil by April 4, 2025.