Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 22, 2025 SAM #8609
SOLICITATION NOTICE

Z -- Solicitation Notice: USACE Los Angeles District Design-Build MATOC 100% Small Business Set-Aside

Notice Date
6/20/2025 1:56:42 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
 
ZIP Code
90017-3409
 
Solicitation Number
W912PL25RA006
 
Response Due
7/21/2025 10:00:00 AM
 
Archive Date
06/20/2026
 
Point of Contact
Nardos Taeme, Phone: 2134524295, CHRISTINA CHAVEZ, Phone: 2134523246
 
E-Mail Address
nardos.taeme@usace.army.mil, Christina.Chavez@usace.army.mil
(nardos.taeme@usace.army.mil, Christina.Chavez@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Solicitation Notice: The U.S. Army Corps of Engineers (USACE), Los Angeles District (SPL), is issuing a solicitation for a Design-Build (DB) Multiple Award Task Order Contract (MATOC) for construction services. This is a 100% Small Business Set-Aside. The contract duration is 5 years or a maximum not-to-exceed value of $99,000,000.00, whichever occurs first. This MATOC will cover Sustainment, Restoration, and Modernization (SRM) projects, minor MILCON, and support for military installations, Veteran Affairs, Customs and Border Patrol, and other Civil Works projects within the South Pacific Division (SPD) and primarily the Los Angeles District boundaries for Arizona and Nevada but may include other areas within Area of Responsibility (AOR). NAICS code: 236220 ? Commercial and Institutional Building Construction, size standard of $45,000,000.00. PCF code: Z2JZ ? Repair or Alteration of Miscellaneous Buildings. The contract type will be Small Business Indefinite Delivery Contract (IDC) with FFP Task Orders and up to six (6) IDCs are anticipated to be awarded. The Government will utilize a Two-Phase Design-Build acquisition strategy under a single solicitation. Phase I involves a pre-selection process in which the Government will shortlist up to ten of the most highly qualified offerors. Only those selected during Phase I will be invited to participate in Phase II, which will be initiated through an amendment to the original solicitation. The project will be a negotiated procurement using the Best Value Trade-Off process to ensure a competitive, firm-fixed price contract. All amendments for this acquisition will be posted on SAM.GOV: http://www.SAM.GOV/. It is the responsibility of the offerors to check the designated government point of entry ? sam.gov - frequently for any amendments or changes to the solicitation. All offerors are also advised that this procurement may be delayed, cancelled or revised at any time during the solicitation, evaluation and/or final award process.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/76a08406c8c64293bcae16d33fd164a6/view)
 
Place of Performance
Address: South Pacific Division (SPD) and primarily the Los Angeles District boundaries for Arizonia and Nevada but may include other areas within Area of Responsibility (AOR).
 
Record
SN07484059-F 20250622/250620230041 (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.