Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2025 SAM #8712
SOLICITATION NOTICE

Y -- USACE SPK DB/DBB Construction � $99M Small Business MATOC � California & Utah

Notice Date
10/1/2025 8:23:15 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123826RA001
 
Response Due
10/23/2025 10:00:00 AM
 
Archive Date
11/07/2025
 
Point of Contact
Melita Doyle, Amelia K. Bryant
 
E-Mail Address
melita.s.doyle@usace.army.mil, amelia.k.bryant@usace.army.mil
(melita.s.doyle@usace.army.mil, amelia.k.bryant@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The United States Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates solicitation of a requirement for design-build (DB) and design-bid-build (DBB) � Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Construction Services in support of SPK programs located primarily in the following army installations: Military Ocean Terminal Concord (MOTCO)/ Bay Area/ Central California, Presidio of Monterey/ Fort Hunter Liggett/ Camp Parks/ Camp Roberts/ DDJC Tracy. Secondary locations within the Sacramento boundaries of California and Utah. Specific needs will be determined based upon project requirements as described in each task order. Selected firms will work on a variety of projects that may include but not necessarily limited to new construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures. Anticipated work may include the following: New facilities to include but not limited to: Access Control Points, water tower, pavement repair and renovation of existing facilities to include but not limited to administrative buildings, training rooms, interior/exterior repairs, roofing, building mechanical systems (e.g. HVAC). Utility Infrastructure to include but not limited to water lines, sewer lines, roads, electrical, and communication utilities. The Government anticipates establishing a MATOC with a shared capacity of $99,000,000.00 and a five-year ordering period (two-year base with three one-year option periods). The Government intends to award up to nine (9) IDIQ's. However, the Government reserves the right to award more or fewere than nine (9) IDIQ contracts if it is determined to be in the best interest of the Government. The MATOC will primarily support Military, IIS, DVA and Civil Work project for Sacramento District (SPK) In accordance with Federal Acquisition Regulation (FAR) 36.204(g), the Government currently estimates the magnitude of construction for the potential projects are between $2,500.00 and $10,000,000.00. Contractors will be required to maintain sufficient bonding to cover the value of all awarded task orders. The Government intends to solicit a Request for Proposals (RFP) that will result in award of firm-fixed price contracts. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the United States Small Business Administration (SBA), is $45,000,000.00 annual revenue. The Product and Service Code (PSC) is anticipated to be Y1JZ (Construction of Miscellaneous Buildings). The solicitation is anticipated to be issued as a total small business set-aside through the Procurement Integrated Enterprise Environment (PIEE - https://piee.eb.mil) and Governmentwide Point of Entry, the System for Award Management (SAM - www.SAM.gov) on or about October 2025, with Phase One proposals tentatively due 30�45 days after issuance. If the Government conducts a pre-proposal conference and/or site visit, the date, time, location, and access requirements will be identified in the forthcoming solicitation. Please DO NOT request an updated schedule if estimated dates are surpassed; the Government will release all information publicly through PIEE and SAM when updates are available. Requests for schedule updates may be ignored. Please DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. Any available technical data will be furnished with any forthcoming solicitation. Following solicitation release, all responsible sources may submit a proposal that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. The anticipated solicitation and attachments may be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. All prospective Offerors should be registered in the PIEE system at least one (1) week prior to the anticipated proposal due date. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but IS required to submit a proposal. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Failure to register in PIEE will prevent submission of proposals as the Government will not accept them by any other means. See linked PIEE registration instructions and web-based training for information about how to access the PIEE Solicitation Module and submit proposals. All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines. It is anticipated that any future solicitation and/or resulting contract will be subject to the E-Verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify), and sustainable acquisition requirements. USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/17754026e47442e985f63007b150d4df/view)
 
Place of Performance
Address: Sacramento, CA 95814, USA
Zip Code: 95814
Country: USA
 
Record
SN07609932-F 20251003/251001230042 (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.