Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 7 PM
Solicitation
Louisville Kentucky

Small Business D/B Military Construction MATOC

Details

Solicitation ID W912QR25R0018
Posted Date 01 Jul 2025 at 7 PM
Response Date 01 Jul 2026 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W072 Endist Louisville
Agency Department Of Defense
Location Louisville Kentucky United states 40202

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Sign up to access Documents

Signup now
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W912QR25R0018 for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pools for design-build and design-bid-build construction and renovation projects within the Louisville Districts Area of Responsibility consisting of Michigan, Illinois, Indiana, Ohio, and Kentucky.TYPE OF CONTRACT AND NAICS: This RFP will be for a target of seven (7) Firm-Fixed-Price (FFP) MATOC contracts. Each contract will have up to a five-year ordering period with an option to extend up to six months in accordance with FAR 52.217-8. No additional capacity will be added if/when the option is exercised, as the contract capacity is for the entire life of the contract.. The North American Industrial Classification System Code (NAICS) for this effort is 236220 ? Commercial and Institutional Building Construction.TYPE OF SET-ASIDE: This acquisition will be listed as a 100% Total Small Business Set-Aside.SELECTION PROCESS: This is a two-phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offerors proposal will be reviewed, evaluated, and rated by the Government. Phase I consideration will be given in two (2) evaluation factors: Past Performance and Technical Approach. The highest rated proposals will be down-selected, and offerors with these proposals will be invited to submit proposals for Phase II. A target of ten (10) most highly qualified offerors will be selected to participate in Phase II. During Phase II, consideration will be given in three (3) evaluation factors: Design/Technical, Management Approach and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation.DISCUSSIONS: The Government intends to award without discussions.CAPACITY/CONSTRUCTION MAGNITUDE: This MATOC will have a capacity not-to-exceed $240,000,000. The construction magnitude of the sample project is anticipated to be between $5,000,000 and $10,000,000, in accordance with FAR 36.204.ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 17 July 2025. Additional details can be found in the solicitation when it is posted to https://sam.gov/. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, https://sam.gov/. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at https://www.sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.REGISTRATIONS:Offerors shall have and shall maintain an active registration in the following database:System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.POINT-OF-CONTACT: The point-of-contacts for this procurement is Contract Specialist, Jessica Moss, at [email protected]. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.

Similar Opportunities

Louisville Kentucky 01 Jul 2026 at 4 AM (estimated)
Louisville Kentucky 18 Jul 2025 at 6 PM
Louisville Kentucky 18 Sep 2025 at 6 PM
Louisville Kentucky 18 Jul 2025 at 6 PM
Louisville Kentucky 18 Jul 2025 at 6 PM

Similar Awards

Louisville Kentucky Not Specified
Louisville Kentucky Not Specified
Louisville Kentucky Not Specified
Louisville Kentucky 20 Jul 2021 at 7 PM
Louisville Kentucky Not Specified