Loading...
W912QR-60722627
Response Deadline
May 26, 2026, 3:00 PM(EDT)32 days
Eligibility
Contract Type
Solicitation
This RFP is for the Northeast Small Business MATOC Contractors identified only.
A&H Ambica JV, LLC
Butt Construction Company, Inc.
Howard W. Pence, Inc.
KUNJ Construction Corp.
SES Construction and Fuel Services, LLC
FUTRON, INC
HDD JV
Dear MATOC Contractors,
Reference is made to the Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contracts, Numbers W912QR21D0056 through W912QR20D0060, W912QR21D0085, and W912QR21D0086 to provide Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support the military construction (MILCON) and operations and maintenance (O&M) funded construction requirements for U.S. Army, U.S. Air Force, Army Reserve and Air Force Reserve nationwide programs in the Northeast Region.
We request you submit a price proposal for the Defense Supply Center Columbus (DSCC) Pershing Avenue and Roosevelt Avenue Bridge Replacement at Defense Supply Center Columbus, Columbus, OH as detailed in the scope of work, drawings, and specifications posted on the System for Award Management website at SAM.gov. The documents are available for download on the SAM website only. All vendors must be registered in the SAM database. The RFP can be found by logging into the website as a vendor and searching on the solicitation number (W912QR-60722627). The estimated cost range is between $1,000,000 and $5,000,000.
The basis for award of this task order will be made based on Lowest Evaluated Price. Factors that will be reviewed are offeror’s past performance, as found within the Contractor Performance Assessment System (CPARS), in addition to price (base plus all options). Price is considered more important than past performance. The Government will be pulling your CPARS reports and will review quality and timeliness provided on prior jobs similar in scope and magnitude in accordance with the attached scope of work. Your proposal should include a price breakdown and/or labor category table demonstrating the use of the binding rates included in your MATOC contract. The submitted price breakdown should include sufficient detail to allow the Government to verify that your proposed price incorporates the binding rates from your base contract. Any level of effort shown in the submitted information will not be used for evaluation purposes and will be used only to ensure that the proposal is in compliance with the binding rates from the base contract. Proposals that fail to submit a price breakdown or fail to use the binding rates from your MATOC will not be considered. The Government intends to evaluate proposals and award a contract without discussions with offerors. Proposals submitted in response to this RFP shall be good for no less than 120 calendar days.
Proposals are due no later than 11:00 AM ET on 26 May 2026. Submit your proposal by email to Megan.R.Murphy@usace.army.mil. Proposals not received by the stated date/time will not be considered. Please acknowledge receipt of this RFP by signing below in the space provided and returning to Megan Murphy via email at Megan.R.Murphy@usace.army.mil.
Payment and Performance Bonds will be required for this project. Performance and Payment Bonds are required within 10 days after the date of award. The Notice to Proceed will be issued after receipt and approval of the bonds.
All questions regarding this Request for Proposal (RFP) must be submitted via ProjNet. The website to access this system is www.projnet.org and the bidder inquiry key for this specific project is: (SZEDIU-37SI8M). Please see ProjNet instructions included in this RFP.
If you have contractual questions, please contact Megan Murphy via email at Megan.R.Murphy@usace.army.mil. If an Offeror believes that the requirements in the RFP contain an error, omission, or are otherwise unsound; the offeror shall immediately notify the Contract Specialist in writing with supporting rationale. All Offerors are reminded that the Government reserves the right to award this RFP based on the initial proposals, as received, without discussion.
Megan Murphy
Patrick J. Duggins
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION GREAT LAKES AND OHIO
ENDIST LOUISVILLE
W072 ENDIST LOUISVILLE
W072 ENDIST LOUISVILLE
KO CONTRACTING DIVISION
220 W MAIN STREET 3RD FLOOR
LOUISVILLE, KY, 40202-2230
NAICS
Commercial and Institutional Building Construction
PSC
CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)