SOURCES SOUGHT
Y -- USACE South Pacific Division Programmatic Acquisition for Regional Construction Requirements / Multiple Award Task Order Contracts (MATOCs)
- Notice Date
- 5/2/2025 4:02:48 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123825S0016
- Response Due
- 5/23/2025 5:00:00 PM
- Archive Date
- 06/15/2025
- Point of Contact
- Dayon Tre Santos, Phone: 9165576897
- E-Mail Address
-
Dayon.T.Santos2@usace.army.mil
(Dayon.T.Santos2@usace.army.mil)
- Description
- This is a Sources Sought Notice issued solely for market research purposes under FAR Part 10. The U.S. Army Corps of Engineers (USACE), Sacramento District, is seeking to identify qualified firms interested in and capable of performing as a MATOC contractor to support regional vertical and select horizontal construction projects throughout the USACE enterprise. This notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or any commitment on the part of the Government to issue a solicitation or award a contract in the future. The purpose of this notice is to assess the availability and capability of potential sources to provide the required services and to ensure adequate competition among a pool of responsible contractors. Firms with no prior Government contract experience are still encouraged to respond. Anticipated Contract Overview The Sacramento District intends to establish a Regional Multiple Award Task Order Contract (MATOC) with an estimated ceiling of $5 billion to support vertical construction and some horizontal projects. The expected duration of the IDIQ contracts is eight (8) years. There are two anticipated MATOCs: Unrestricted (Firm Fixed Price) for construction requirements greater than $10 million to support the South Pacific Division entire area of responsibility. Small Business Set-Aside (Firm Fixed Price) for requirements less than $10 million to support each District�s geographical boundary. The majority of individual Task Orders under this program are expected to range from $5 million to $50 million. Contractors must have sufficient bonding capacity to support multiple simultaneous task orders. Work will primarily support the South Pacific Division Area of Responsibility (AOR), which includes California, Arizona, Nevada, Utah, New Mexico, and portions of Colorado, Oregon, Idaho, Wyoming, and Texas. However, support may extend across the broader USACE enterprise. Contracts will be administered under DFARS 217.204(e)(i), and contractors shall comply with FAR 52.236-1 and FAR 36.501, requiring at least 15% of the contract cost (excluding materials) to be self-performed. The primary NAICS Code is 236220, Commercial and Institutional Building Construction with a size standard of $45 million, and the Federal Supply Code (FSC) is Y1JZ. A secondary NAICS code is 237990 Construction of Miscellaneous Buildings and, Other Heavy and Civil Engineering Construction with a size standard of $45 million, and the FSC Y1PZ. The duration of the suite of IDIQ contracts within the programmatic approach is eight years. Scope of Work MATOC contractors will perform a wide variety of design-bid-build (DBB) and design-build (DB) construction projects. These include, but are not limited to: Vertical Construction: new construction, additions, renovations, repairs, or demolition of buildings and supporting systems. Horizontal Construction: roads, utilities, levees, rail closures, waterfront improvements, and related infrastructure. Work will include management of subcontractors and self-performance of trades such as masonry, painting, electrical work, and other specialties. Sample Project Types (Not Limited To) Military Construction (MILCON): Fire stations, hangars, fitness centers, child development centers, utility systems, barracks, airfields, labs, data centers, etc. Energy-related construction (e.g., microgrids, solar/wind projects) Water/wastewater systems Civil Works: Levee improvements, flood walls, slurry walls, railroad closures, waterfront improvements Facility Sustainment, Restoration, and Modernization (FSRM): Routine repair and improvement projects on military installations Interagency and International Support: Demolition and campus development projects Capability Statement Instructions Interested firms are invited to submit a Capability Statement (maximum 20 pages) that addresses the following: Company Information: Name, address, UEI (Unique Entity ID), point of contact, phone number, and email. Interest: Indicate interest in competing for this requirement. Project Experience: Demonstrate the ability to simultaneously perform/manage four (4) or more construction projects in geographically separate areas (300+ miles apart), within the last 3 years, each valued at $5M or more. At least one project each should reflect experience with both Design-Bid-Build and Design-Build delivery methods. For each project, include: Brief description Type of work Role (self-performed elements) Customer name Contract value Completion date Customer satisfaction results Business Size: State your business size under NAICS 236220 (size standard $45M). If small, indicate type (e.g., 8(a), HUBZone, WOSB, SDVOSB, etc.). Joint Ventures: Provide details of any existing or potential Joint Ventures. Bonding Capacity: Include a letter from your surety indicating your current bonding limits. Market Research Questions: Where are your company�s offices located? In which of the following states are you able/willing to perform work: CA, AZ, NV, UT, NM, CO, OR, ID, WY, TX? Commercial brochures or other marketing materials may be submitted as supplements but will count toward the page limit. Submission Details Responses are due no later than 5:00 PM Pacific Time on 23 MAY 2025. Submit all capability statements and inquiries to: Mr. Dayon T. Santos Email: dayon.t.santos2@usace.army.mil Include the Sources Sought number W9123825S0016 in the email subject line. DISCLAIMER This Sources Sought is issued solely for market research and planning purposes. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Participation is voluntary and at no cost to the Government. All responses will assist USACE in shaping its acquisition strategy, including the potential for a small business set-aside.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/be274fcb22ad4dfb8e05bfb6bd005dae/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07429819-F 20250504/250502230102 (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 |