MATOC for USACE PROJECT & PROGRAM MANAGEMENT DELIVERY SUPPORT SERVICES
ID: W912HQ25R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4LD USA HECSAALEXANDRIA, VA, 22315-3860, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) is soliciting proposals for Project and Program Management Delivery Support Services under a Multiple Award Task Order Contract (MATOC) framework. The primary objective of this procurement is to enhance operational efficiency through comprehensive IT support, including application maintenance, data management, and cybersecurity compliance, as outlined in the Performance Work Statement (PWS). This contract is crucial for modernizing USACE's Program and Project Management Automated Information Suite (PROMIS) and ensuring high-quality service delivery in alignment with federal regulations. Interested contractors should note that the contract spans a base year with four option years, totaling an estimated value of $348,600, and must direct inquiries to Doug Pohlman at douglas.e.pohlman@usace.army.mil or Giorgiana Chen at Giorgiana.Chen@usace.army.mil by the specified deadlines.

    Files
    Title
    Posted
    The document outlines various opportunities for federal and state funding through Requests for Proposals (RFPs) and grants. It emphasizes the significance of awareness and understanding of these funding avenues for effective project implementation and community development. Key components include eligibility criteria, application processes, and submission timelines, which are crucial for interested parties seeking financial support. The document also highlights best practices for preparing proposals, such as demonstrating community impact, innovation, and sustainability. Additionally, it addresses compliance requirements and reporting obligations for funded projects, underscoring the importance of transparency and accountability. By encouraging collaboration among stakeholders, the document advocates for a strategic approach to leveraging available resources for public good. This summary serves as a guide for organizations aiming to navigate the complexities of obtaining federal and state funding through RFPs and grants effectively.
    The document addresses federal and state RFPs and grants, emphasizing the proposal submission process for government-funded projects. It outlines eligibility criteria, application requirements, and evaluation factors that officials will consider when reviewing proposals. The main focus is on ensuring compliance with regulations and guidelines set forth by various federal agencies. Key points include the importance of providing detailed project descriptions, budget justifications, and timelines. It stresses the necessity for applicants to demonstrate capacity for successful project execution and sustainability. Additionally, the document underscores the need for collaboration among stakeholders to meet project requirements efficiently. Overall, it serves as a critical resource for entities seeking government funding, ensuring they understand what is essential to secure grants or contracts effectively.
    The document outlines federal and state requests for proposals (RFPs) and grants, emphasizing their role in facilitating funding and support for various projects across jurisdictions. It elaborates on the processes involved in applying for these financial opportunities, including eligibility criteria, submission guidelines, and evaluation metrics. Key topics include the importance of compliance with federal regulations, the collaboration between local and federal entities, and the strategic objectives behind funding allocations, which aim to address community needs and advance public policy goals. The document serves as a comprehensive guide for stakeholders aiming to navigate the RFP landscape, providing insights into securing vital resources for community development and infrastructure improvements. Through clear instructions and structured outlines, it ensures that potential applicants fully understand the parameters and expectations of both federal and state funding initiatives, ultimately fostering transparency and accountability in the distribution of public funds.
    The government file focuses on the submission and evaluation process for Federal Requests for Proposals (RFPs) and grants at both federal and state/local levels. It outlines key requirements for applicants, including eligibility criteria, required documentation, and deadlines for submission. The document emphasizes the importance of providing comprehensive plans that detail the methodology and anticipated outcomes of proposed projects. In addition, it highlights how alignment with governmental priorities, cost-effectiveness, and innovative solutions will be critical in the evaluation process. The file also discusses the overarching goals of the RFPs and grants, which aim to foster economic development, improve public services, and address community needs. Clear guidelines for reviewing submissions ensure transparency and compliance with federal standards, reinforcing the necessity of accountability in the allocation of public funds. This framework encourages active participation from various stakeholders and sets the stage for impactful projects that align with governmental objectives.
    The document outlines federal and state RFPs (Requests for Proposals) and grants aimed at addressing various governmental needs through contract opportunities. It emphasizes the strategic planning and competitive bidding processes essential for the allocation of federal and state funds. The key topics include eligibility criteria for applicants, specific funding objectives, and the types of projects prioritized, such as infrastructure improvements, community development, and environmental sustainability. Additionally, it discusses compliance requirements, proposal submission guidelines, and evaluation criteria that prospective contractors must meet to secure funding. The document serves as a comprehensive resource for organizations seeking to engage with government entities, underscoring the importance of alignment with governmental goals and regulations. By summarizing these aspects, the document assists stakeholders in understanding the landscape of opportunities available through government funding and the requisite steps to navigate the application process effectively.
    The government file addresses the framework for federal requests for proposals (RFPs) and grants at both federal and state/local levels. Its primary focus is on funding opportunities for various projects and services that align with governmental objectives. The document outlines eligibility criteria, application processes, and necessary documentation for potential applicants. Key components include the evaluation criteria used to assess proposals, the importance of adhering to deadlines, and compliance with regulatory standards. The file emphasizes the need for clear project objectives, detailed budgets, and sustainable practices that reflect government priorities. It also discusses the collaborative nature of submissions, encouraging partnerships among local organizations and agencies to enhance proposal competitiveness. Within this structure, the file aims to facilitate transparency and accessibility in the funding process, ensuring that applicants are well-informed about how to secure support for their initiatives. Overall, this document serves as a resource for entities seeking federal and state funding, outlining essential steps and considerations to successfully navigate the application landscape while promoting responsible stewardship of public funds.
    The document outlines a Performance Work Statement (PWS) for Project and Program Management Delivery Support Services for the U.S. Army Corps of Engineers (USACE). It aims to establish a multiple award task order contract to fulfill USACE’s mission in delivering program and project support, emphasizing Information Technology (IT) services, continuous improvement, and compliance with Defense Department cybersecurity standards. The PWS details essential tasks such as application operations, maintenance, and support, leveraging tools like the Oracle Cloud and implementing Agile development methodologies. Key responsibilities include managing application enhancements, cybersecurity documentation, data management, training support, and help desk operations. The contractor must ensure quality control, maintain documentation, and comply with various government regulations including those from NIST and the DoD. The contract's primary performance period spans from December 2024 to December 2025, with provisions for four option years. The document is structured into multiple sections, covering general requirements, special qualifications, specific tasks, security, and invoicing procedures, all aimed at enhancing operational efficiency and service delivery in the federal context.
    The Quality Assurance Surveillance Plan (QASP) is designed to systematically assess contractor performance for Project and Program Management Support Services in accordance with various federal regulations. The QASP aims to document and evaluate performance against the Performance Work Statement (PWS) standards, identifying effective surveillance methods and responsibilities. Key roles include the Contracting Officer (KO), who safeguards U.S. interests, and the Contracting Officer's Representative (COR), who provides ongoing technical oversight. The QASP outlines monitoring methods—including 100% inspection, random sampling, and customer feedback—and establishes a Surveillance Matrix for performance objectives and standards. It categorizes contractor performance into five ratings, from Excellent to Unsatisfactory, and mandates corrective actions for deficiencies. The flexible nature of the QASP ensures adaptability to the contractor's performance level and acknowledges potential uncontrollable circumstances. Ultimately, the QASP aims to uphold high service quality and facilitate communication between the government and the contractor to address performance issues promptly and effectively.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) is designed to evaluate contractor performance for federal projects. It requires contractors to provide detailed information about their firm, the scope of work, and the contractual context. The client completes the remaining sections, assessing the contractor's performance through ratings that reflect quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and overall compliance. Each section includes specific metrics with adjective ratings ranging from "Exceptional" to "Unsatisfactory," guiding the client's evaluation of the contractor's capabilities. Clients are encouraged to provide additional comments and insights about strengths, weaknesses, and other relevant performance information. The completed questionnaire is submitted by the contractor with their proposal, although clients can return it directly to USACE for verification purposes. The purpose of this document is to inform the evaluation process for government contracts, ensuring that past performance is a key factor in decision-making regarding future awards. This reflects best practices in federal procurement, emphasizing accountability and quality in project execution.
    The document outlines an Individual Subcontracting Plan for a company responding to federal solicitations, detailing strategies for partnering with small businesses. It specifies goals for subcontracting across various socioeconomic categories, including Small Disadvantaged Businesses, Veteran-Owned Businesses, and others, emphasizing compliance with Federal Acquisition Regulation (FAR) requirements. The plan includes estimated dollar values for the overall contract and subcontracting opportunities, breakdowns of expected subcontracted dollars, and methods for achieving and monitoring these goals. Key components include descriptions of the products and services to be subcontracted, the rationale behind the proposed subcontracting goals, and a plan for identifying potential subcontractors. Responsibilities of a designated Program Administrator are highlighted, encompassing policy development, maintaining bidder lists, and ensuring equitable opportunities for small business participation. The document also discusses record-keeping for compliance, good faith efforts in obtaining subcontractor services, timely payments, and the assurance of cooperation with regulatory requirements. Overall, this plan serves as a commitment to fostering small business inclusion in federal contracts, ensuring transparency and accountability throughout the contracting process.
    The Small Business Participation Plan outlines requirements for offerors submitting proposals exceeding $750,000 to detail their plans for engaging small businesses. It requires identification of the prime offeror’s business size and category, including classifications such as Small Disadvantaged, Woman-Owned, HUB Zone, Veteran-Owned, and Historically Black Colleges/Universities. Offerors must provide a percentage breakdown of total contract dollars designated for large and small businesses, ensuring these totals equal 100%. The plan must also specify the contributions of each type of small business and describe commitments to utilizing them, potentially through various agreements. Furthermore, large businesses must submit a separate Subcontracting Plan in alignment with their participation commitments. The document emphasizes accountability for past performance in small business subcontracting and mandates compliance with related Federal Acquisition Regulation (FAR) requirements. This framework is integral to federal grant applications and RFPs, promoting small business involvement and fair competition in government contracts.
    The document outlines a pricing worksheet for a federal Request for Proposal (RFP) involving contract labor and material costs over a potential five-year period, comprising one base year and four option years. The estimated costs for each contract line item (CLIN) are detailed, indicating that Labor tasks carry a fixed price of $0.00, while materials and travel expenses fluctuate in each year. For instance, the base year totals $42,500, option year 1 is priced at $85,500, and option year 2 at $71,200, with option years 3 and 4 each at $74,700, resulting in a collective total of $348,600 for the five years. Particularly, as labor costs are represented as zero, the focus seems to be on materials and travel costs, which are defined as not to exceed (NTE) amounts. Each option year has a category of labor tasks outlined, but with no expenditures allocated. This suggests that the labor requirements may be fulfilled internally or are yet to be determined. Overall, the structure of the document reflects standard practices for federal procurement, emphasizing budget allocation for materials and travel while indicating potential flexibility in labor resource deployment.
    This document identifies key personnel for a contractor's project under a federal government contract. It lists three roles: Program Manager, Project Manager, and Task Manager, each accompanied by an email address for direct communication. The clear designation of these roles is necessary for effective project management and accountability within government contracts. Properly identifying contacts supports efficient collaboration and facilitates communication as the project progresses, ensuring compliance with government standards and expectations for timely delivery of services and reporting. This structure underlines the importance of clear liaison in the context of federal RFPs and contracts, where precise roles can significantly impact project outcomes.
    The Performance Work Statement (PWS) outlines the requirements for Project and Program Management Delivery Support Services for the U.S. Army Corps of Engineers (USACE). Its main objective is to enhance the operational efficacy of the USACE through comprehensive support services in IT/IS delivery, application maintenance, and modernization efforts. Key tasks involve supporting the Program and Project Management Automated Information Suite (PROMIS), ensuring continuous system availability, and facilitating data management and cybersecurity compliance. The PWS details specific areas of focus including Application Operations, Cybersecurity, Data Management, and IT Service Management, necessitating expertise in Oracle products and agile development methodologies. The contractor must provide robust support for help desk operations, project management, and develop training programs. The report mandates adherence to various security and privacy regulations, with a performance period starting in December 2024, extending through subsequent option periods. Communication, quality control, and consistent coordination with government representatives are also emphasized to ensure successful service delivery. Overall, the PWS represents a strategic approach aimed at modernizing and maintaining crucial federal project delivery systems while ensuring compliance with relevant laws and guidelines.
    The Performance Work Statement (PWS) outlines the requirements for Program and Project Management Delivery Support Services for the U.S. Army Corps of Engineers (USACE). This contract aims to enhance USACE's program delivery by implementing agile methodologies and comprehensive IT solutions, focusing on the modernization of its Program and Project Management Automated Information Suite (PROMIS). Key service areas include application support, cybersecurity, data management, and training development. Contractors are expected to ensure system availability, maintain high security standards, and produce deliverables compliant with federal regulations. The PWS specifies a period of performance starting from December 2024, with both base and optional renewal periods. Emphasis is placed on collaboration, ensuring contractors are knowledgeable about relevant technologies and agile practices. Requirements cover a broad range of tasks, from database administration to user access controls and documentation. Ultimately, the goal is to optimize USACE's operations while integrating innovative technologies and ensuring compliance with various IT frameworks and government policies, aligning with established best practices in federal contracting.
    The document outlines a pricing worksheet for a government contract that includes a Base Year and four Option Years for labor, materials, and travel expenses. The Base Year spans 12 months, with a total estimated price of $42,500. Labor costs for various task categories total $0.00, indicating that the labor specifics are not yet determined or billed. In Option Year 1, the total price rises to $85,500, due to increased material and travel costs. The subsequent Option Years show varying costs, with Option Year 2 totaling $71,200, Option Year 3 matching $74,700, and Option Year 4 also at $74,700. Across all periods, the overall contract totals $348,600. The structure includes specific Contract Line Item Numbers (CLINs) for different cost components, such as Labor, Materials, and Travel. This format aligns with federal contracting standards, ensuring all financial estimations comply with the Performance Work Statement (PWS). The document's main purpose is to provide a detailed financial breakdown for potential contractors involved in federal projects, reflecting the organization’s budgeting needs and projected expenses over the contract's duration.
    The document outlines a pricing worksheet for a federal contract encompassing a base year and four option years for services adhering to the Performance Work Statement (PWS). The total estimated cost for the contract is $348,600, which covers labor tasks, materials, and travel expenses. In the base year, the total price is $42,500, allocated to materials ($17,500) and travel ($25,000), while the labor task is priced at a flat fee of $0. For Option Year 1, the estimated cost rises to $85,500 due to increased materials ($32,500) and travel costs ($53,000). The option years follow a similar structure, with Option Year 2 costing $71,200, Option Year 3 costing $74,700, and Option Year 4 also at $74,700. Notably, all labor categories under the Contract Line Item Numbers (CLINs) yield an extended price of $0.00, suggesting that all effort or personnel has a cost structured within the overall contract without specific hourly rates outlined. This document adheres to federal contracting guidelines, presenting a clear financial projection to support funding and regulatory compliance within government RFP processes.
    The document outlines the Performance Work Statement (PWS) for Project and Program Management Delivery Support Services for the Headquarters of the U.S. Army Corps of Engineers (USACE). Its main objective is to establish a framework for acquiring support services critical to USACE’s mission, emphasizing a transformation towards a modernized Information Technology/Information Services (IT/IS) environment. The PWS describes operational requirements including program and project management, application support, data management, training, and cybersecurity within a cloud infrastructure framework. Key tasks include application operations, maintenance, modern support, Agile development methodologies, and enhanced data management solutions leveraging AI and ML. The contractor must ensure compliance with federal laws and cybersecurity protocols, providing detailed documentation for system operations and framework adherence. A systematic approach to training, quality control, and user access management is also stipulated, ensuring effective delivery of services. The contract is set for a twelve-month base period with four optional extensions, suggesting ongoing evaluations of contractor performance to maintain alignment with USACE’s evolving operational needs and federal regulations. Overall, this initiative exemplifies the US government's focus on modernizing its project delivery systems while enhancing efficiency and compliance through structured agreements and robust evaluation metrics.
    The Performance Work Statement (PWS) outlines the requirements for Project and Program Management Delivery Support Services for the U.S. Army Corps of Engineers (USACE). This contract includes a comprehensive approach to support operations, covering application maintenance, agile software development, cybersecurity, data management, and training services. The scope emphasizes continuous improvement and modernization of USACE’s Program and Project Management Automated Information Suite (PROMIS) and other integrated systems to align with current technology standards. Key tasks include application configuration, maintenance, help desk support, cybersecurity compliance, and the design and administration of Oracle databases. Additionally, it requires adherence to government regulations and quality control measures for effective performance management. The PWS specifies the qualifications for contractors, emphasizing extensive knowledge of Oracle products, the Defense Acquisition System, and experience in organizational change management in large government settings. The contract performance spans a base period of one year with four optional extensions, allowing for virtual and on-site support. The contractor's responsibilities include developing management plans, maintaining a data repository, and ensuring compliance with security standards. Overall, the PWS serves as a crucial framework for enhancing USACE's capabilities in delivering critical program and project support across the federal landscape.
    The solicitation W912HQ25R0001, issued by the US Army Corps of Engineers, invites proposals for support services focusing on project and program management. The intended contract is an Indefinite Delivery, Indefinite Quantity (IDIQ) arrangement, comprising one base year and four option years, with a maximum value of $47.6 million. Key elements of the proposal include a technical approach, management and staffing plans, past performance, and a small business participation plan. Proposals must address the government’s requirements as outlined in the Performance Work Statement (PWS), focusing on risk management and service quality. Additionally, offerors are required to provide detailed methodologies and a staffing matrix, showcasing capabilities aligned with government needs. The document emphasizes the importance of electronic submission and clear formatting, with strict adherence to guidelines for proposal organization and content. All proposals should be submitted electronically by the due date, and any inquiries regarding the solicitation must be directed to specified contacts. The solicitation demonstrates the government’s commitment to engaging small businesses while maintaining high standards for performance and management in federal contracting. The culmination of these elements aims to ensure effective service delivery in compliance with government regulations.
    Lifecycle
    Similar Opportunities
    Architect-Engineer (AE) Vertical Design Multiple Award Task Order Contract (MATOC) - USACE SWL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms for a Multiple Award Task Order Contract (MATOC) focused on vertical design services in Little Rock, Arkansas. This initiative aims to identify firms capable of providing various design services for military and civilian projects from fiscal years 2027 through 2032, emphasizing the Design-Bid-Build (DBB) process while also allowing for additional services such as horizontal design and construction phase support. The government encourages participation from small and diverse businesses, including those classified under 8(a), HUBZone, WOSB, and SDVOSB, to foster competition and inclusivity in procurement. Interested firms must submit their qualifications, previous project experience, and applicable NAICS codes by March 28, 2025, via email to the primary contact, Telia Mahomes, at telia.r.mahomes@usace.army.mil.
    $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.
    Rapid Disaster and Infrastructure (RDI) Construction/Response Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for the Rapid Disaster and Infrastructure (RDI) Construction/Response Multiple Award Task Order Contract (MATOC). This initiative aims to identify firms capable of executing time-sensitive construction and disaster assistance tasks that support federal agencies, including the Department of Defense and FEMA, with project values ranging from $1 million to $50 million. The contract will cover a variety of projects, including infrastructure, utilities, and emergency construction activities, which are critical for enhancing the government's readiness and effectiveness in disaster response and infrastructure recovery. Interested firms are encouraged to submit their capabilities and past experience by the specified deadline, and they can contact Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    63RD Region 3 MATOC, 5 Years
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the 63rd Region 3 Multiple Award Task Order Contract (MATOC) over a five-year period. This procurement aims to engage contractors for commercial and institutional building construction, focusing on the repair or alteration of miscellaneous buildings. The contract is set aside for Historically Underutilized Business (HUBZone) Sole Source firms, emphasizing the government's commitment to supporting small businesses in underutilized areas. Interested parties can reach out to Neil Hogie at neil.e.hogie.civ@army.mil or 502-898-3102, or Steven Bailey at steven.m.bailey2.civ@army.mil or 502-898-4525 for further details.
    ARCHITECTURAL-ENGINEERING (A-E) SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES FOR VARIOUS LOCATIONS WITHIN THE U.S. ARMY CORPS OF ENGINEERS (USACE) NORTH ATLANTIC DIVISION BOUNDARIES (BUT PRIMARILY IN THE NEW ENGLAND DISTRICT (NAE))
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineering firms to provide geotechnical engineering services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, primarily within the New England District, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The contract, valued at up to $10 million over five years, will encompass subsurface exploration, geophysical surveys, geotechnical analyses, and construction oversight, with firms required to demonstrate their ability to manage multiple concurrent task orders and execute approximately $2 million per year. This procurement is crucial for ensuring quality and efficiency in infrastructure projects, emphasizing the importance of local expertise and past performance in the selection process. Interested firms must submit their proposals, including Parts I and II of the SF 330, by April 30, 2025, and can direct inquiries to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    FY25 CENTAM MATOC
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the FY25 CENTAM MATOC, focusing on commercial and institutional building construction. This procurement aims to establish a Multiple Award Task Order Contract (MATOC) to support various construction projects, which are critical for enhancing military infrastructure and operational capabilities. Interested contractors should note that the NAICS code for this opportunity is 236220, and the PSC code is Y1JZ, indicating a focus on the construction of miscellaneous buildings. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 850-207-0143, or reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or 251-441-5584.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT INDUSTRY DAY
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is hosting an Industry Day for the National Capital Region Multiple Award Task Order Contract (MATOC) aimed at providing maintenance, repair, and minor construction support for seven U.S. Army installations. This procurement involves a Firm Fixed-Price contract structured over a five-year base period with two additional one-year options, encompassing various engineering and construction disciplines such as architectural, civil, electrical, environmental, and mechanical works. The MATOC is crucial for the Army's operational readiness and facility modernization, ensuring compliance with safety and environmental regulations throughout project execution. Interested parties can reach out to Dawn Evans at dawn.i.evans.civ@army.mil or Starletta Redden at starletta.r.redden.civ@army.mil for further information.
    Notice for Architect and Engineering (A-E) Services to Support the U.S. Army Corps of Engineers (USACE) South Atlantic Division, Mobile District, Civil Works Program
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineer firms to provide services in support of the South Atlantic Division, Mobile District, Civil Works Program. The procurement aims to secure engineering services under NAICS code 541330, specifically focusing on general architectural and engineering tasks, including landscaping and interior layout design. These services are crucial for the effective planning and execution of civil works projects that support the Army's infrastructure and environmental initiatives. Interested firms should contact Joyce Powell at joyce.f.powell@usace.army.mil or 251-694-3606, or Kimberly Brackett at KIMBERLY.L.BRACKETT@USACE.ARMY.MIL or 251-441-5170 for further details regarding the solicitation process.
    CALIFORNIA REGION 4 MATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the California Region 4 Multiple Award Task Order Contract (MATOC) focused on commercial and institutional building construction. This procurement aims to engage qualified contractors to perform repair or alteration services for various buildings, emphasizing the importance of enhancing infrastructure within military facilities. The contract is set aside for Historically Underutilized Business (HUBZone) participants, promoting economic growth in designated areas. Interested contractors can reach out to William Parsons at william.a.parsons4.civ@army.mil or Vance Bickford at vance.c.bickford.civ@army.mil for further details, with the solicitation details available for review.
    MATOC Contractors Only - Repair for Covington Emergency Levee Amendment 0003
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Covington Emergency Levee Repair project in Covington, Kentucky, under a Multiple Award Task Order Contract (MATOC) framework. The project aims to address critical slope stabilization and outlet pipe replacement along the Licking River, necessitating compliance with federal and state design standards while ensuring the safety and functionality of the levee system. This initiative is vital for protecting the local community from flooding risks, given the historical instability of the levee and the ongoing geological challenges in the area. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Jennifer King at jennifer.l.king2@usace.army.mil or Matthew Judd at Matthew.p.judd@usace.army.mil, both reachable at 502-315-7425.