Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
ID: W912WJ25RA001Type: Presolicitation
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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), 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 procurement aims to award contracts to up to five small businesses for various construction tasks, emphasizing quality control, workflow management, and collaboration with USACE. Interested offerors must have an active registration in SAM.gov and submit proposals through the PIEE portal, adhering to a two-phase evaluation process that assesses past performance, management approach, technical solutions, and pricing. Key deadlines include the submission of Phase 1 proposals by April 7, 2025, and Phase 2 proposals following the evaluation of Phase 1. For further inquiries, potential bidders can contact Ann Adley at ann.m.adley@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document outlines amendments to procurement requirements related to construction contracts of $35 million or more, specifically mandating the establishment of Project Labor Agreements (PLAs) as detailed in FAR 52.222-33 and FAR 52.222-34. These agreements, which must be negotiated by offerors and their subcontractors, aim to ensure labor stability by preventing strikes and job disruptions, while stipulating conditions for labor dispute resolution and cooperation on project-related matters. Additionally, offerors are required to submit a copy of the PLA with their proposals. The document clarifies that these agreements do not alter contract terms or involve price adjustments by the government. Lastly, the clause 52.217-8 is introduced, allowing the government to extend service options under specified conditions, emphasizing labor rate revisions. This update reflects the federal commitment to structured labor relations in large-scale projects, enhancing overall project governance and compliance.
    Similar Opportunities
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Dept Of Defense
    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.
    A-E Civil Planning and Design Services - Multiple-Award Task Order Contract - Unrestricted with Small Business Reserve (Kansas City District)
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is soliciting qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on civil planning and design services. This unrestricted contract, which includes a small business reserve, aims to provide essential A-E services for various projects, including flood risk management, water supply, environmental infrastructure, and ecosystem restoration, across the Northwestern Division Area of Responsibility. The total contract capacity is $95 million, with seven awards anticipated, four of which are designated for small businesses. Interested firms must submit their qualifications via the PIEE Solicitation Module by January 15, 2026, and should ensure they are registered in SAM.gov and compliant with relevant regulations. For further inquiries, contact Erick Ottoson at erick.s.ottoson@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    Notification to the public of consolidation of contract requirements
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
    West Branch Design-Build Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is soliciting proposals for a Design-Build Multiple Award Task Order Contract (MATOC) aimed at providing construction services over a five-year period, with a maximum value of $99 million. This opportunity is exclusively set aside for small businesses and encompasses Sustainment, Restoration, and Modernization (SRM) projects, minor military construction (MILCON), and support for various military and civil works programs primarily within Southern California. The contract will facilitate a range of construction activities, including new construction, renovations, repairs, and preventative maintenance for military installations and other federal entities. Interested parties should contact Cameron Stokes at Cameron.Stokes@usace.army.mil or call 213-452-3009 for further details regarding the solicitation process.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, as outlined under NAICS code 236220, with a focus on the construction of miscellaneous buildings. The MATOC is crucial for supporting the Army's infrastructure needs within the North Atlantic Division Area of Responsibility, ensuring that qualified small businesses can contribute to essential construction projects. Interested parties should contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.