$175M MATOC for Maintenance, Repair, Construction and Incidental Design Work on JBLM, WA and Sub-Installations
ID: W912DW25R116JType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Aug 30, 2024, 12:00 AM UTC
  2. 2
    Updated Aug 30, 2024, 12:00 AM UTC
  3. 3
    Due Oct 4, 2024, 5:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified prime contractors for a potential $175 million Multiple Award Task Order Contract (MATOC) focused on maintenance, repair, construction, and incidental design work at Joint Base Lewis McChord (JBLM) and its sub-installations in Washington. The MATOC aims to support general construction activities, including renovations, repairs, and environmental abatement, with task orders expected to range from $250,000 to $7 million and an average project duration of six months to two years. This opportunity is particularly significant as it falls under the 8(a) program, meaning only eligible 8(a) firms will be considered for award, and interested parties must submit their letters of interest by 1:00 p.m. local time on October 4, 2024, to Contract Specialist John McGuire at john.e.mcguire@usace.army.mil.

Files
No associated files provided.
Lifecycle
Similar Opportunities
Repair Fire Suppression Systems, Hangars 3 and 4 on McChord Field, Joint Base Lewis-McChord (JBLM), WA.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking contractors for a construction project to repair fire suppression systems in Hangars 3 and 4 at McChord Field, Joint Base Lewis-McChord (JBLM), Washington. The project involves replacing the existing high expansion foam system with an automatic sprinkler system, upgrading fire alarm systems, and addressing asbestos remediation, along with repairs to the Fire Pump House and waterlines. This initiative is crucial for maintaining safety and operational standards at military facilities, with an estimated project cost between $10 million and $25 million. Interested firms must submit a capabilities package by April 25, 2025, and should contact Christopher Baroldy at christopher.l.baroldy@usace.army.mil for further information.
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.
SOF Consolidated Rigging Facility, Joint Base Lewis McChord (JBLM), Washington
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the construction of the SOF Consolidated Rigging Facility at Joint Base Lewis McChord (JBLM) in Washington. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, specifically for the construction of miscellaneous buildings. The facility is crucial for supporting Special Operations Forces, enhancing operational readiness and efficiency. Interested contractors should reach out to Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or Shawna West at shawna.m.west2@usace.army.mil for further details, as this presolicitation notice indicates upcoming opportunities for qualified bidders.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at awarding contracts to up to five small businesses for construction tasks valued at a total of $90 million over five years. The procurement process will follow a two-phase evaluation, with Phase 1 assessing past performance and management approaches, while Phase 2 will focus on technical and pricing proposals. This contract is crucial for ensuring quality construction and restoration of real property, emphasizing collaboration with USACE and adherence to strict quality control and management standards. Interested contractors must have an active registration in SAM.gov and submit proposals through the PIEE portal by April 10, 2025, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
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.
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 Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction activities, including design-bid-build and design-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 compliance with sustainability goals and safety standards. Interested contractors must submit proposals by April 29, 2025, and are encouraged to contact Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further information.
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOCs) FOR ARCHITECT-ENGINEER SERVICES
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified firms for Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Architect-Engineer (A-E) services. This opportunity focuses on gathering information from firms, particularly small businesses and those owned by veterans and women, with expertise in high-security engineering projects, including Sensitive Compartmented Information Facilities (SCIFs) and classified design documentation. The anticipated contract period spans seven years, with a total projected value of approximately $249 million, emphasizing the importance of security and renovation engineering to support the Department of Defense and federal agencies. Interested firms must submit their qualifications in a single PDF by April 18, 2025, and should be registered in the System for Award Management (SAM) for eligibility. For further inquiries, contact Michelle M. Alcover at michelle.m.alcover@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil.
Regional Job Order Contract (JOC) for General Construction
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is soliciting proposals for a Regional Job Order Contract (JOC) focused on General Construction. This procurement aims to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to an eligible 8(a) firm, which will provide all necessary labor, materials, equipment, and supervision for minor construction, repairs, rehabilitations, demolitions, or alterations at various installations within the NAVFAC Northwest Area of Responsibility. The contract will utilize a Lowest Price Technically Acceptable (LPTA) source selection process, emphasizing both price and non-price factors in accordance with FAR guidelines. Interested 8(a) firms must submit their proposals to the primary contact, Cynthia Elmstrom, at cynthia.m.elmstrom.civ@us.navy.mil or by phone at 360-564-9519, with the procurement process being limited to firms assigned the NAICS code 236220. Amendments to the solicitation have been issued, with the latest being Amendment 0003 on March 25, 2025.
FY25 MAFB Construct Fire Station Bay Area
Buyer not available
The U.S. Army Corps of Engineers (USACE) Seattle District is seeking proposals for the construction of a Fire Station Bay facility at Malmstrom Air Force Base in Montana, under solicitation number W912DW-25-R-0ZX7. The project involves the construction of a 20,000 square foot building designed to store Fire Emergency Services equipment, featuring trailer parking stalls, a foam storage room, and ADA-compliant restroom facilities. This procurement is significant for specialized construction firms, particularly those with experience in building fire emergency services facilities in extreme climates and compliance with military construction standards. Interested bidders must be registered with the System for Award Management (SAM) and submit proposals electronically through the Procurement Integrated Enterprise Environment (PIEE), with an estimated contract value between $5,000,000 and $10,000,000. For inquiries, contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil.