Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2025 SAM #8585
SOLICITATION NOTICE

Z -- SYNOPSIS NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT

Notice Date
5/27/2025 1:00:04 PM
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
W6QM MICC TSC JBSA FT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Solicitation Number
W51EW726RNCR2
 
Archive Date
09/29/2025
 
Point of Contact
Dawn Evans, Starletta Redden
 
E-Mail Address
dawn.i.evans.civ@army.mil, starletta.r.redden.civ@army.mil
(dawn.i.evans.civ@army.mil, starletta.r.redden.civ@army.mil)
 
Description
SYNPOSIS: The Headquarters, Mission Installation Contracting Command � Theater Support Center (HQ MICC-TSC) hereby provides notice of its intent to award a competitive Firm Fixed-Price (FFP) Multiple Award Task Order Contract (MATOC). The MATOC will provide maintenance, repair, and minor construction acquisition support to seven (7) sites in the National Capital Region. This MATOC covers six (6) U.S. Army Garrison Directorate of Public Works (DPW) and the Arlington National cemetery (ANC). The seven sites are 1. U.S Army Garrisons Aberdeen Proving Ground (USAG-ABER), 2. Fort Belvoir (USAG-FBVA), 3. Fort Detrick (USAG-DET1), 4. Fort George G Meade (USAG-MEAD), 5. Fort Walker (USAG-WALK), and 6. Joint Base Myer-Henderson Hall (USAG-MYER), to support six (6) United States Army Garrisons (USAGs) � USAG-Aberdeen Base Myer-Henderson Hall (USAG-MYER) � and 7. Arlington National Cemetery (ANC). The DPW Engineering and Construction Divisions at each of the seven (7) locations have a requirement for sustainment, restoration and modernization projects to include repair, maintenance, demolition, restoration, modernization, and minor construction. This acquisition will be conducted in accordance with (IAW) Federal Acquisition Regulation (FAR) 16.504 Indefinite-quantity contracts and FAR 16.505 Ordering. It is anticipated that the RFP will be solicited as a small business set aside under Federal Acquisition Regulation (FAR) 19.502-2 Total Small Business Set Aside in accordance with (IAW) the terms and conditions of the final RFP. The NAICS Code for this requirement is 236210 Industrial Building Construction. The Product Service Code is Z2JZ. The size standard is $45,000,000.00. The Government intends to make an award by 13 October 2026. This contract has a five-year base period and two (2) one-year option periods for a total ordering period of seven (7) years. The anticipated period of performance for this requirement is provided below: Year Period of Performance Base Period 10/13/2026 � 10/12/2031 Option Period Year 1 10/13/2031 � 10/12/2032 Option Period Year 2 10/13/2032 � 10/12/2033 It is anticipated the solicitation will be issued electronically on or around 15 August 2025 on the System for Award Management (SAM) web page at https://www.sam.gov. Paper copies will not be available. Once the official solicitation is posted on SAM.gov, Offerors shall deliver proposals through the Solicitation Module in Procurement Integrated Enterprise Environment (PIEE). Offerors are responsible for ensuring PIEE required registration and training are completed prior to the anticipated solicitation close date. PIEE training material and guides for registering and submitting proposals can be found at the links below and is provided to assist in locating the full scope of resources available at the PIEE website: https://piee.eb.mil/. PIEE Solicitation Module Training is available at the following: https://pieetraining.eb.mil/wbt/xhtm1/wbt/sol/index.xhtml https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml Once the official solicitation has been posted, please register as a source to be notified of RFP Amendments, Clarifications, etc. It is the responsibility of the Contractors (even those registered as a source) to check the SAM.gov website frequently to ensure they have all available information. Any prospective Contractor must be registered in SAM.gov to be eligible for award. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent notice. Please note, anything stated here is subject to change. The Government's final requirements will be provided with the release of the final RFP. Thank you for your interest in this requirement. Any questions regarding this notice must be submitted via email to the POCs provided below: Contracting Officer: Dawn Evans; dawn.i.evans.civ@army.mil Contract Specialist: Starletta Redden; starletta.r.redden.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90afde569a37470e8009dfeee3c7ed3a/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN07456190-F 20250529/250527230045 (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.