DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
ID: W912WJ25RA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)
Timeline
  1. 1
    Posted Mar 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract, with a total funding amount of $90 million over five years. The objective is to award contracts to up to five small businesses for various construction tasks, emphasizing quality control, workflow management, and collaboration with the USACE. Proposals must adhere to a two-phase evaluation process focusing on past performance, management approach, technical solutions, and pricing, with a deadline for Phase 1 submissions extended to April 7, 2025. Interested parties should contact Ann Adley at ann.m.adley@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further information.

Files
Title
Posted
Apr 10, 2025, 5:05 PM UTC
The document outlines important responses from the U.S. Army Corps of Engineers (USACE) regarding proposals for a procurement process broken into two phases. Key clarifications include that SF 1442 and acknowledgments of amendments are required for both phases, contrary to initial assumptions. A sample project will be utilized for evaluation in Phase 2 as a suitable seed project is unavailable. Proposals may include projects where design work is complete but construction is not, provided it is clearly identified. Native electronic files and PDF versions of proposal documents must be submitted, and offerors must include Past Performance Information Retrieval System (CPARS) evaluations. The experience requirements for Project Managers prioritize vertical construction, limiting consideration of horizontal construction experience. All inquiries regarding Phase 1 submissions are encouraged to be made before the due date, with answers being addressed as they arise. This document serves to clarify and solidify expectations for the proposal process, ensuring compliance and clarity for potential contractors involved in federal construction projects.
Apr 10, 2025, 5:05 PM UTC
This document outlines a federal solicitation for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) contract. The goal is to award contracts to up to five small businesses for construction tasks valued at a total of $90 million over five years. The solicitation specifies that proposals must follow a two-phase process, where Phase 1 evaluates past performance and management approach, while Phase 2 focuses on technical and price proposals. Key requirements include active SAM registration, submission of proposals through the PIEE portal, and adherence to specified formats and content guidelines. The evaluation will prioritize an integrated assessment of each proposal based on past performance, management approach, technical solution for sample tasks, and pricing. Notably, the contract emphasizes quality control, workflow management, and collaboration with the U.S. Army Corps of Engineers (USACE). Offerors must provide documentation supporting their experience in similar projects, including team structure and compliance with fiscal standards. The final award will be based on proposals presenting the best overall value to the government, with an emphasis on quality and reliability over the lowest price.
Mar 20, 2025, 12:06 PM UTC
The solicitation identifies a Design-Build Multiple Award Task Order Contract (MATOC) for construction, renovation, or repair projects valued at up to $90 million over five years, exclusively set aside for small businesses. Offerors must submit electronic proposals detailing their past performance, management approach, and technical capabilities through the Procurement Integrated Enterprise Environment (PIEE). Phase I submissions will undergo evaluation, resulting in up to six finalists invited to Phase II, where detailed pricing and technical proposals for a sample task order will be assessed. The evaluation will prioritize past performance and management approach, with particular criteria for selecting firms based on demonstrated experience in relevant construction projects, organizational structure, and execution strategies. Offerors are required to submit binding price rates for key personnel, ensuring rates reflect fair market value and remain fixed throughout the contract duration. Each proposal must meet specific formatting and content requirements, including active registration in the System for Award Management (SAM). The government's goal is to award contracts reflecting the best overall value rather than lowest price, emphasizing quality, efficiency, and adherence to standards.
Apr 10, 2025, 5:05 PM UTC
The document details the amendment of a solicitation related to a Design Build Multiple Award Task Order Contract (MATOC) from the U.S. Army Corps of Engineers (USACE). It includes updates on the submission process for offers, specifically concerning acknowledgment of amendments and potential changes to submitted offers. Key inquiries from potential offerors are addressed, clarifying requirements regarding recent relevant experience, past performance assessments, and qualifications for project managers and designers. The document emphasizes that there are no restrictions on work location for submitted experience and confirms that past performance questionnaires (PPQs) are only required for non-Federal projects. It states that modifications in experience qualifications for roles such as the Project Manager will not be considered. The amendment serves to clarify response to requests for information and outlines essential project management and contractor qualifications along with detailed instructions for proposal submissions. This reflects the USACE's standards and expectations within federal contracting procedures, ensuring applicants understand submission requirements and qualifications necessary for consideration.
Apr 10, 2025, 5:05 PM UTC
This document serves as an amendment to a solicitation related to a Design Build Multiple Award Task Order Contract (MATOC) issued by the U.S. Army Corps of Engineers, New England Division. It outlines a series of responses to Requests for Information (RFIs) regarding certain submission requirements for potential offerors. Key details include an extension of the deadline for Phase I responses to April 7, 2025, and clarifications on eligibility related to past performance. The amendment stipulates that only fully completed projects within the last seven years will be accepted for evaluation, rejecting proposals based on projects that are partially complete. Additionally, the amendment confirms that no extension beyond seven years will be permitted regarding project recency. The document emphasizes the importance of acknowledging this amendment to avoid potential rejection of offers. In summary, this amendment aims to provide clarity and address specific inquiries previously raised, ensuring all participating contractors are aligned with the revised requirements and timelines for the solicitation process.
Apr 10, 2025, 5:05 PM UTC
The document outlines Amendment 0003 to a solicitation related to a Design Build Matoc under contract number W912WJ25RA001. The amendment extends the deadline for offers and requires acknowledgment of this amendment by bidders. Offers must be acknowledged through specified methods, such as completing section items or providing a separate letter referencing the amendment. Key changes include responses to Requests for Information (RFIs), impacting Section 01 00 00 - General Requirements of the document, which aims to clarify and provide additional information relevant to the solicitation. The amendment ensures the solicitation's original terms remain unchanged while addressing bidders' inquiries, critical for maintaining transparency and facilitating the procurement process. Contact information for the contracting officer is provided, ensuring clear communication channels for bidders.
Apr 10, 2025, 5:05 PM UTC
This document is an amendment to a solicitation related to the Design Build MATOC, specifically Amendment 0004, which addresses requests for information (RFIs) and extends the proposal submission deadline to April 10, 2025, at 2:00 PM Eastern. It outlines the procedures for acknowledging receipt of the amendment and provides guidance for submitting changes to previously submitted offers. Several RFIs were addressed, confirming that only Phase 1 submissions are required at this time and clarifying the submission of the required SF 1442 and acknowledgments. These documents do not count against the overall proposal page limit and should be presented at the beginning of the proposals. The amendment ensures adherence to established protocols and timelines, reflecting the government's commitment to transparently manage the procurement process and provide clarity to contractors. Overall, the document serves to facilitate communication and ensure compliance with the solicitation requirements while extending the timeline for submissions.
Apr 10, 2025, 5:05 PM UTC
The document serves as an amendment to a solicitation related to a Design Build Multi-Award Task Order Contract (MATOC) under the United States Army Corps of Engineers. It primarily addresses responses to Requests for Information (RFIs) regarding the solicitation, extending offer submission deadlines and clarifying requirements for offerors. Key points include confirmation that contractors must have an active registration in SAM.gov when proposals are submitted, stating both Joint Ventures and partnerships must comply. Furthermore, established project completion criteria are clarified, indicating that only projects fully complete by the original solicitation date will be considered relevant. The amendment also maintains previously stated personnel requirements for Project Managers, ensuring compliance with specific qualifications. Overall, this amendment ensures clarity and adherence to procurement regulations while facilitating the proposal process for contractors involved in government projects.
Apr 10, 2025, 5:05 PM UTC
This document serves as an amendment to a solicitation, extending the deadline for offers and setting forth conditions for acknowledgment of this amendment. Offers must recognize receipt either through specific forms or electronic communication, stressing the importance of timely acknowledgment to avoid rejection. Modifications are highlighted, aligning with recent Executive Orders aimed at rescinding harmful practices and promoting merit-based opportunities in federal contracting. Notable clauses have been incorporated, including those addressing apprentices and trainees, waste reduction, and sustainable products and services. The document delineates operational standards for small businesses concerning government contracts, providing specific guidelines and representations that must be adhered to, especially when the contract value exceeds certain thresholds. Overall, the summary illustrates the amendment's functionality in regulatory compliance and operational efficiency, reflecting the government's focus on inclusivity and sustainability in contracting practices.
Similar Opportunities
W9127824R0033 ? Phase One ? Perform Design-Build Construction, Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract in Support of the Defense Health Agency (DHA), Northern Region
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for a Phase One Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on design-build construction services in support of the Defense Health Agency (DHA) for the Northern Region. This contract aims to provide a comprehensive range of design-build, repair, and construction services for DHA medical treatment facilities and medical research laboratories, ensuring timely and cost-effective responses to facility requirements primarily at military installations. The project is particularly significant as it addresses the renovation and new construction needs of healthcare facilities, adhering to statutory cost limitations for projects funded under the US Army's Operation and Maintenance program. Interested parties can reach out to Lanell Roberts at lanell.a.roberts@usace.army.mil or Robert McAllister at ROBERT.S.MCALLISTER@USACE.ARMY.MIL for further details, and note that the solicitation number has transitioned from W9127824R0033 to W9127825RA007.
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.
$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 Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.
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.
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.
PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
Buyer not available
Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
MS RIVER MI 616-326 STONE REPAIRS TO REVETMENTS AND DIKES, FY25 FC/MR&T, MS RIVER BASIN, CHANNEL IMPROVEMENT PROGRAM INDEFINITE DELIVERY/INDEFINITE QUANTITY, (IDIQ)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on stone repairs to revetments and dikes along the Mississippi River, specifically between mile markers 616 and 326. The project aims to enhance the structural integrity and flood protection of existing infrastructure, involving tasks such as grading, stone paving, and environmental protection, all of which are critical for maintaining the reliability of river channels. The total contract capacity is set at $30 million, with a minimum guarantee of $8 million, and proposals must be submitted by April 22, 2025. Interested bidders can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further details.
Northwest Division Powerhouse Life Safety Upgrades Phase 1
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Walla Walla District, is seeking interested contractors for the "Northwest Division Powerhouse Life Safety Upgrades Phase 1" project. This opportunity involves a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) aimed at renovating and upgrading life-safety systems at hydroelectric powerhouses across various locations in the Pacific Northwest, including Washington, Oregon, and Idaho. The total procurement value is anticipated to be $99 million, with the intent to award up to four contracts, each featuring a three-year base period and two optional two-year extensions. Interested firms must submit their responses by April 25, 2025, to Chandra D. Crow at chandra.d.crow@usace.army.mil, including a capability statement and relevant project experience.
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.