Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2025 SAM #8587
SOLICITATION NOTICE

Y -- SDVOSB Military Construction MATOC

Notice Date
5/29/2025 9:59:56 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR25R0019
 
Response Due
6/13/2025 11:00:00 AM
 
Archive Date
05/29/2026
 
Point of Contact
Stephanie Drees, Phone: 5023153270
 
E-Mail Address
stephanie.n.drees@usace.army.mil
(stephanie.n.drees@usace.army.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
SDVOSB Military Construction MATOC DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR25R0019 for SDVOSB Military Construction Design-Bid-Build capable Multiple Award Task Order Contract (MATOC). This pool will be solicited and awarded as 100% set aside for Service-Disabled Veteran Owned Business (SDVOSB) contractors with a total capacity of $160M. MATOC contract will consist of a five-year base period with an option to extend up to six months in accordance with FAR 52.217-8. No additional capacity will be added if/when the option is exercised, as the contract capacity is for the entire life of the contract. TYPE OF CONTRACT AND NAICS: This RFP will be for a target of seven (7) Firm-Fixed-Price (FFP) MATOC contracts. The North American Industrial Classification System Code (NAICS) for this effort is 236220.TYPE OF SET-ASIDE: This acquisition will be listed as a 100% Service-Disabled Veteran Owned Business (SDVOSB).SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each offeror?s proposal will be reviewed, evaluated, and rated by the Government. Awards will be made to the best overall proposals determined to be the most beneficial to the Government. Evaluation methodology for the instant procurement consists of three factors: Past Performance, Technical Approach, and Price. The basis of award is best value trade-off; therefore, the Government has the right to accept other than the lowest offer. The right is also reserved to reject any and all offers. The business goal of the contract is to award a target of seven (7) Indefinite Delivery Indefinite Quantity (IDIQ) contracts that will make up the Louisville District Military Construction MATOC to provide Design-Bid-Build (D/B/B) construction and renovation services in support of Military Construction (MILCON) and Operations and Maintenance (OM) funded construction requirements for the U.S. Army, U.S. Air Force, Army Reserve and Air Force Reserve programs within the Louisville District Area of Responsibility. DISCUSSIONS: The Government intends to award without discussions. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 13 June 2025. Additional details can be found in the solicitation when it is posted to https://sam.gov/.SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, https://sam.gov/. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at Sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database:System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Stephanie Drees, at Stephanie.n.drees@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dada44b1953a4bac8bde911d79eaea24/view)
 
Record
SN07459537-F 20250531/250529230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.