Loading...
W51DQV-26-X-1BOF
Response Deadline
May 29, 2026, 4:00 PM(EDT)24 days
Eligibility
Contract Type
Sources Sought
Notice ID: W51DQV-26-X-1BOF
Sources Sought
This Sources Sought is not a Request for Proposal, Request for Quote, or Invitation for Bid. There is no commitment by the Government to issue solicitation, make awards, or pay for respondents’ expenditures made in response to this notice. Interested vendors are responsible for monitoring this notice for any subsequent amendments. All submissions become government property and will not be returned. Any solicitation issued resulting from this notice will be in a separate announcement. The purpose of this notice is to survey interest and obtain capability statements from industry to assist the Government in shaping the acquisition strategy.
The U.S. Army Corps of Engineers (USACE), Caribbean District is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement. The USACE Caribbean District is planning a procurement for a design-build and design-bid-build multiple-award task-order contracts (DB-DBB MATOC) for construction projects in Puerto Rico and/or U.S. Virgin Islands. The MATOC would have a maximum five-year ordering period with a maximum capacity between $99M and $249.9M shared amongst the awardees. The MATOC expires at the end of the ordering period or when the maximum capacity is reached, whichever comes first.
In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of the overall MATOC base contract is Between $25,000,000 and $100,000,000.
The anticipated construction magnitude for individual Task Orders issued under this MATOC is expected to span multiple FAR/DFARS brackets, ranging from a minimum of Between $500,000 and $1,000,000 up to a maximum of Between $25,000,000 and $100,000,000 (with a practical estimated ceiling of $80,000,000 per task order).
The North American Industry Classification System (NAICS) code for this procurement is 236220 - Commercial and Institutional Building Construction.
The Government is considering issuing a Request for Proposal around August 2026 with the ordering period starting no earlier than March 2027. The solicitation would use the two-phase design-build procedures of FAR 16.5, FAR 36.3, and other regulations and supplements.
PROJECT DESCRIPTION
The MATOC’s scope would cover construction requirements for new facilities and real property repair, alterations, and maintenance in support of U.S. Department of War, other U.S. agencies operations, state and local governments in Puerto Rico and US Virgin Islands. The work includes, but is not limited to, new building construction, general building repairs, alterations, and renovation, road and pavement repair, general environmental, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remedial work (hazardous waste abatement and disposal).There is also the potential for this MATOC to include water and power infrastructure, and power generation, transmission, and distribution projects. See attached draft Statement of Work.
CAPABILITIES STATEMENT
Vendors interested in the potential procurement shall submit a brief capabilities statement no longer than five (5) pages in English with the following information:
1. Company name, address, CAGE code, and UEI number; and point of contact with phone number and e-mail address.
2. Describe experience in performing similar work and the capability to perform multiple projects simultaneously in any of the following. Explain if work was performed as a prime, Joint-Venture, or sub-contractor. Include project name, location, timeline and value in U.S. dollars; identify delivery method for each experience submitted (Design-Build vs Design-Bid-Build).
3. The Government is evaluating the geographic structure for this MATOC. Please confirm your firm’s interest in submitting a proposal for the following configurations. If your firm is interested in certain locations, briefly describe any barriers that may limit participation in other locations.
4. The Government is evaluating the feasibility of combining standard vertical construction (buildings -new, repairs, renovations-, microgrids, site utilities) with major infrastructure projects (specifically water, power generation, transmission, and distribution) under a single MATOC.
Please submit responses for this Sources Sought Notice no later than 1:00PM Atlantic Standard Time, May 29, 2029, to Glenda Canty at Glenda.A.Canty@usace.army.mil and Ronald Brooks at Ronald.j.brooks@usace.army.mil. Submissions will be shared with the government project delivery team but otherwise will be held in strict confidence. No feedback will be provided to the respondents. For any questions, contact Glenda Canty and Ronald Brooks by email.
Ronald Brooks
Glenda Canty
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION SOUTH ATLANTIC
ENDIST CARIBBEAN
W2SR ENDIST CARIBBEAN(PROVIS)
W2SR ENDIST CARIBBEAN(PROVIS)
383 FRANKLIN D ROOSEVELT AVENUE
SAN JUAN, PR, 00918-0000
NAICS
Commercial and Institutional Building Construction