ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Design-Build & Construction Multiple Award Task Order Contract (MATOC) in support of Job Corps Centers Nationwide

DEPARTMENT OF LABOR 1605AE-25-R-00001
Response Deadline
Feb 27, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Labor is seeking contractors for a Multiple Award Task Order Contract (MATOC) to provide Design-Build and Construction services in support of Job Corps Centers nationwide. The contract encompasses general building renovation, vertical and horizontal construction, and related services across 121 facilities, with a total contract value not to exceed $360 million over a five-year period. This initiative is crucial for maintaining and modernizing Job Corps facilities, which serve as vital training centers for young individuals aged 16 to 24. Interested parties should contact Paul M. Seivert at seivert.paul.m@dol.gov or (202) 595-6866, and submit proposals by 12:00 PM EST on February 27, 2026, following the guidelines outlined in the solicitation documents.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2QA
REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)

Solicitation Documents

10 Files
Solicitation_1605AE-25-R-00001.pdf
PDF1314 KBFeb 13, 2026
AI Summary
The U.S. Department of Labor's Job Corps Acquisition Services has issued Request for Proposal (RFP) No. 1605AE-25-R-00001 for a Multiple Award Task Order Contract (MATOC) for Design-Build and Construction services. This RFP seeks contractors to perform general building renovation, vertical construction (including architectural, mechanical, electrical, structural, and roofing work), horizontal construction (roads, utilities, drainage), and incidental services across Job Corps' 121 facilities nationwide, including U.S. territories. The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) with a five-year ordering period and a total value not to exceed $360 million across six regional MATOCs, with individual task orders ranging from $2,000 to $10 million. Key personnel, including Project Managers, Design Managers, Architects, Quality Control Managers, and Site Safety and Health Officers, must meet specific experience and certification requirements. The document details administrative procedures, performance expectations, payment terms, and safety regulations, emphasizing compliance with federal, state, and local laws.
J.1 Past Performance Questionnaire.docx
Word29 KBFeb 13, 2026
AI Summary
The
J.2 Geographic selection form.pdf
PDF224 KBFeb 13, 2026
AI Summary
The Job Corps Design/Build MATOC Regional Coverage Form requires offerors to indicate the Job Corps region(s) for which they seek consideration. Offerors must select at least one region from the provided list: Region 1 (Boston), Region 2 (Philadelphia), Region 3 (Atlanta), Region 4 (Dallas), Region 5 (Chicago), or Region 6 (San Francisco). The document details the states and territories covered by each region, enabling firms to specify their desired coverage area. This form is essential for firms responding to federal government RFPs related to Job Corps design and build projects, ensuring their proposals are evaluated for the appropriate geographical areas.
J.3 Sample Seed Task Order SOW.pdf
PDF4008 KBFeb 13, 2026
AI Summary
The "DESIGN-BUILD SCOPE OF WORK FOR DORMITORY BUILDING NO. 4 BATHROOM AND PLUMBING RENOVATIONS ON FIRST & SECOND FLOORS AND MISCELLANEOUS REPAIRS AT THE OLD DOMINION JOB CORPS CENTER" outlines a project to renovate bathrooms and plumbing on the first and second floors of Dormitory Building 4. The project, located in a historic site, focuses on interior work to address leaking plumbing, poor fixture conditions, and miscellaneous repairs. The scope includes demolition and new construction in various toilet, shower, and laundry rooms, as well as the removal of dormitory hand sinks and railing replacement in Stairs A & B. The project emphasizes adherence to federal, national, and state building codes, including OSHA, ABAAS, NFPA-101, and Virginia's energy conservation standards. Sustainable design, energy conservation, and environmentally preferable products are key considerations. The center will remain operational during construction, with specific coordination and phasing requirements to minimize disruption. Detailed design and construction submittals are required, utilizing a web-based project management system (Submittal Exchange©) for documentation and communication.
J.4 Wage Determination VA20250171 01.10.25.pdf
PDF80 KBJan 28, 2026
AI Summary
This document, General Decision Number VA20250171, establishes prevailing wage rates and labor standards for building construction projects in Amherst, Bedford, and Campbell Counties, Virginia, including the independent cities of Bedford and Lynchburg. It specifies wage rates and fringe benefits for various crafts like asbestos workers, boilermakers, bricklayers, power equipment operators, ironworkers, and painters. The document highlights the applicability of Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts, mandating minimum wage rates for covered workers, with annual adjustments. It clarifies that these Executive Orders apply to contracts subject to the Davis-Bacon Act but not necessarily to Davis-Bacon Related Acts. The document also details Executive Order 13706, which mandates paid sick leave for federal contractors. It outlines identifiers for different wage rate types (union, survey, state adopted) and provides a comprehensive appeals process for wage determinations, including contacts for initial decisions and review by the Wage and Hour Administrator and the Administrative Review Board.
J.4 Wage Determination -VA20260171 01.02.2026.pdf
PDF1702 KBFeb 13, 2026
AI Summary
This government file, General Decision Number VA20260171, outlines prevailing wage rates and fringe benefits for building construction projects in Amherst, Bedford, and Campbell Counties, Virginia, including the independent cities of Bedford and Lynchburg. It details specific rates for various trades like asbestos workers, boilermakers, bricklayers, power equipment operators, ironworkers, and painters, among others. The document also includes information on Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage requirements for federal contractors, respectively. It explains different rate identifiers (Union, Union Average, Survey, State Adopted) and outlines the appeals process for wage determinations, directing interested parties to the Wage and Hour Division of the U.S. Department of Labor for initial decisions and appeals.
J.5 Cost Proposal Template.xlsx
Excel58 KBFeb 13, 2026
AI Summary
The Contractor Cost Proposal Template is a structured document designed for federal government RFPs, federal grants, and state/local RFPs. It enables contractors to provide detailed cost breakdowns for construction projects, categorizing expenses by CSI Division (e.g., Demolition, Concrete, Electrical) for labor, materials/subcontractors, and equipment. The template also includes sections for Design-Build projects, detailing labor hours and material costs for various engineering and architectural roles. General Conditions are meticulously itemized, covering salaries for project staff (Project Manager, Scheduler, QCM, Superintendent), vehicle costs, per diem, lodging, cell phone expenses, and other project-related costs like rental equipment, field office supplies, safety materials, and waste disposal. Instructions guide bidders to complete specific shaded cells, ensuring accurate calculations for overhead, profit, and bonds/insurance to arrive at a total project cost. This template provides a comprehensive framework for transparent and standardized cost estimation in government contracting.
Solicitation_1605AE-25-R-00001_Amend_0001.pdf
PDF592 KBFeb 13, 2026
AI Summary
The document is an amendment (0001) to Solicitation No. 1605AE-25-R-00001, issued by the US Department of Labor, Job Corps Acquisition Services. Its primary purpose is to provide answers to submitted questions and include the sign-in roster from a previous site visit. Key changes include clarifying that an offer guarantee is not required for the initial MATOC proposal or seed project, modifying the Project Manager experience requirements (removing the vertical construction renovation experience for general PM duties, but it is required if the task order includes vertical construction), and updating the Architect's experience to require seven years of architecture experience, with three years on similar projects. The amendment also incorporates FAR Clause 52.211-12 (Liquidated Damages-Construction) by reference. Additionally, it addresses various inquiries regarding wage determinations, subcontracting limitations, small business participation, authority of support contractors, payment withholding, project delays, scheduling software, ownership of float, order of precedence, task order bidding, warranties, liquidated damages (seed project rate is $613.14/day), overhead and profit negotiation, partial termination for convenience, site visit logistics, proposal submission deadlines, formatting, and evaluation criteria for the MATOC and seed project. It clarifies that pricing for the seed project is required from all offerors for reasonableness evaluation, even if they are not interested in Region 2, but this pricing will have little impact on regional MATOC awards. Discussions will not be conducted, and awards will be based on initial proposals.
J.6 CPM Checklist attachment.pdf
PDF237 KBFeb 13, 2026
AI Summary
The Critical Path Method (CPM) Schedules Checklist provides guidelines for contractors in developing baseline schedules, monthly updates, and revisions for government projects. Its purpose is to assist contractors in adhering to CPM methodology and project specifications while outlining the owner's minimum expectations for schedule submittals. Key elements for baseline schedules include utilizing the entire contract time, ensuring activity relationships and reasonable durations, avoiding unnecessary constraints, and clearly defining the critical path. Monthly schedule updates require capturing progress, updating costs, and documenting delays, while schedule revisions, such as recovery schedules, address forecasted delays through duration, logic, or resource changes. The document also details requirements for revised baseline schedules, written narratives, multiple calendars, cost loading, and resource loading, all aimed at ensuring comprehensive and accurate project scheduling for federal, state, and local RFPs and grants.
J.7 SOV Checklist attachment.pdf
PDF152 KBFeb 13, 2026
AI Summary
The Schedule of Values (SOV) Checklist provides guidelines for contractors to develop and submit an SOV to the Department of Labor (DOL) Contracting Office. The purpose is to assist contractors in building an SOV for approval and to outline minimum owner expectations. Key considerations for the SOV include allocating the entire contract sum across work items from the Statement of Work, breaking down categories into line items under $20,000 where applicable, and avoiding vague descriptions. Specific line items are required for bonds, insurance, and the two phases of General Conditions (NTP through Substantial Completion, and Substantial Completion through Contract Closeout), as well as for closeout documents. Profit must be evenly distributed across all line items, not as a separate entry. The SOV must correlate with the construction schedule, be approved before the first payment, and typically submitted within 14 calendar days of the Notice to Proceed. It will be used for monthly pay applications and progress evaluation, with monthly updates aligning with the construction schedule. Submittal procedures for monthly invoices, schedule updates, and narratives are detailed for contracts with and without A/E Contract Administration Services, emphasizing timely review to prevent payment delays.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 13, 2026
amendedAmendment #1Jan 28, 2026
amendedLatest Amendment· Description UpdatedFeb 13, 2026
deadlineResponse DeadlineFeb 27, 2026
expiryArchive DateMar 14, 2026

Agency Information

Department
DEPARTMENT OF LABOR
Sub-Tier
OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT
Office
DOL - JCAS - AEC

Point of Contact

Name
Paul M. Seivert

Place of Performance

UNITED STATES

Official Sources