Federal Contract Opportunity

Last Updated on 20 Jun 2025 at 8 PM
Solicitation
Nevada

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

Details

Solicitation ID W912PL25RA006
Posted Date 20 Jun 2025 at 8 PM
Response Date 21 Jul 2025 at 5 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W075 Endist Los Angeles
Agency Department Of Defense
Location Nevada United states

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Amerisourcebergen Drug Corporation

Wayne Chesterbrook Malvern Conshohocken

Amerisourcebergen Drug Corporation

Wayne Chesterbrook Malvern Conshohocken

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

Sign up to access Documents

Signup now
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.