Pre-Solicitation Notice Only: USACE Los Angeles District Design-Build MATOC – 100% Small Business Set-Aside
The U.S. Army Corps of Engineers (USACE), Los Angeles District (SPL) is releasing a pre-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 Arizonia and Nevada but may include other areas within Area of Responsibility (AOR).
Description of Work: The anticipated scope of work for this acquisition includes but is not limited to: construction activities such as renovation, repairs, earthwork, landscaping, parking lots, fire protection, communications, security fencing, construction site security management and escorts, building repairs and additions, civil, mechanical, plumbing, structural, electrical, heating ventilation air conditioning (HVAC), anti-terrorism and force protection (ATFP).
The North American Industrial Classification System (NAICS) code for this procurement is 236220 – Commercial and Institutional Building Construction, with a size standard of $45,000,000.00. The Product Service Code (PSC) is Z2JZ – Repair or Alteration of Miscellaneous Buildings. The contract type will be Small Business Indefinite Delivery Contract (IDC) with Firm-Fixed Price (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. Both Phase I and Phase II will be evaluated in accordance with the evaluation criteria set forth in the solicitation.
Evaluation Method: The project will be a negotiated procurement using the Best Value Trade-Off process ensure a competitive, firm-fixed price contract.
Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement.
The solicitation will be available on or about 23 May 2025 with submittals due on or about 23 June 2025. Solicitation W912PL25RA006 and 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.