Loading...
W912EP26RA010
Response Deadline
May 14, 2026, 6:00 PM(EDT)13 days
Eligibility
Contract Type
Presolicitation
Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Military Design-Build and Construction Projects related to General Construction within the Boundaries of the U.S. Army Corps of Engineers (USACE), Jacksonville District
The purpose of this acquisition is to provide a readily available contract tool that will enable the Jacksonville District to proactively and responsively provide Design Build (DB) and General Construction, renovation, and repair requirements identified within the District. Task Orders placed under this MATOC include various types of construction, but not limited to new builds, demolition, renovation, and repairs related to predominate military projects within U.S. Army Corps of Engineers (USACE), Jacksonville District (SAJ). The support for military projects will encompass all types of facilities such as commercial, industrial, military, logistical, or any other types where general construction trades and practices are typically used in the construction, renovation, expansion, and repairs. Project sponsors may be military, other government agencies, organizations, or entities for whom USACE is assigned as the Construction Agent. The contract is not only intended to execute new construction and design-build project delivery, but to provide timely response to remediation of real and personal property facilities, e.g. maintenance, repair, and construction related to architectural, structural, roofing, carpentry, masonry, mechanical, heating ventilation and air conditioning (HVAC), plumbing electrical and electronic, fire protection or life safety systems, instrumentation, industrial controls, or interior design. Tasks may involve industrial process equipment, industrial ventilation systems, building and industrial controls, water control structures, and energy management systems. Incidental tasks may include non-professional services, preliminary assessments or inspections to identify or quantify specific facility concerns such as lead based paint, asbestos containing materials, equipment repair or maintenance deficiencies including systems test and balancing and commissioning (system specific, or whole building), building systems deficiencies, etc. Task Orders may be issued solely for construction services or solely for design-build services. No Task Orders will be issued for design services only.
The Government intends to establish a Multiple Award Task Order Contract (MATOC) to a pool of contractors to provide General Construction and Design Build (DB) services as stated herein.The total of all task orders issued under the contract will not be more than $80,000,000.00, which will be shared among all MATOC holders.
The magnitude of task order awards is expected to vary greatly but not be less than $25,000.00. This contracting effort will ensure that the Jacksonville District is able to support the construction needs of the Military-IIS Division and other potential partners over the next five years. The base period of this MATOC will be one year and will include four optional ordering periods of one year. The required $80,000,000 in total capacity would cover the anticipated capacity utilization rate and include a reasonable contingency in the event that the program shows unexpected growth or large obligations during the contract period.
NAICS Code 236220: Commercial and Institutional Building Construction
Small Business Size Standard: $45,000,000
Anticipated Magnitude of Construction per DFARS 236.204: $25,000,000 -$100,000,000
THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE.
PROPOSAL REQUIREMENTS: This requirement will be competed as a 100% small business set-aside using the Two-Phase Design Build procedures identified in the FAR subpart 36.3. This solicitation will result in the award of a firm-fixed price (FFP) MATOC. It is the intent of the Government to award a target of five base IDIQ contracts as a result of this procurement. The Government is not obligated to award an IDIQ contract to all Offerors competing in Phase Two. The Government reserves the right to reject any and/all offers.
Phase I proposals will be evaluated on the factors of (1) Past Performance for Prime Contractor, (2) Past Performance of A/E Firm of Record, and (3) Overall Technical Approach. Price is not a submission requirement for Phase I. Following completion of the evaluation of Phase I, up to a maximum of five most highly qualified offerors will be selected to participate in Phase II.
Proposals for Phase II will be evaluated on the factors of (4) Design Technical and Schedule of Seed Project and (4) Price.
The solicitation will be issued on or about Thursday, May 14, 2026 with a response date on or about Tuesday, June 30, 2026. Solicitation will issued in electronic format only and will be posted on the Procurement Integrated Enterprise Environment (PIEE) website. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the sam.gov website. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to receive an award from this solicitation.
The SAM website can be located at https://sam.gov.
The PIEE website can be found at https://P-iee.eb.mil/.
The Pre-proposal Conference information will be provided with the solicitation posting.
Isis Hill
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION SOUTH ATLANTIC
ENDIST JACKSONVILLE
W074 ENDIST JACKSNVLLE
W074 ENDIST JACKSNVLLE
KO CONTRACTING DIVISION
701 SAN MARCO BLVD
JACKSONVILLE, FL, 32207-0019
NAICS
Commercial and Institutional Building Construction
PSC
CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
Set-Aside
Total Small Business Set-Aside (FAR 19.5)