SOURCES SOUGHT
Y -- Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build and Construction Projects related to General Construction within the Boundaries of the U.S. Army Corps of Engineers (USACE), Jacksonville District
- Notice Date
- 12/22/2025 7:13:50 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP26Z1B1O
- Response Due
- 1/9/2026 11:00:00 AM
- Archive Date
- 01/24/2026
- Point of Contact
- Isis Hill, William Wallace
- E-Mail Address
-
isis.s.hill@usace.army.mil, william.j.wallace@usace.army.mil
(isis.s.hill@usace.army.mil, william.j.wallace@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This announcement constitutes a Source Sought Notice. This announcement seeks information from industry and will only be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought notice as a means of conducting market research to gauge the interest, capabilities and qualifications of various members of the Construction Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. This requirement is for the potential fiscal year (FY) 2026 award of a Multiple Award Task Order Contract (MATOC) to cover various construction requirements primarily located in and around central and south Florida. Project specific Task Orders awarded under the MATOC will require vendors to provide design-build or construction services. There is no solicitation at this time. This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The proposed projects will be Firm Fixed Price (FFP) Task Order contracts awarded within the competitive pool of MATOC awardees. The Jacksonville Districts anticipates the issuance of a Request for Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information requested. Project Descriptions: This Multiple Award Task Order Contract (MATOC) provides for a comprehensive range of general construction services, including new builds, demolition, renovation, and repairs for a variety of military and inter-agency projects, primarily within the U.S. Army Corps of Engineers (USACE), Jacksonville District. The scope supports military and inter-agency projects, encompassing facilities such as commercial, industrial, and logistical structures where general construction trades are utilized. Task orders may be issued for construction-only or integrated design-build services, covering both external and internal work on government facilities, but not for design services alone. These projects may be located on or off federal military installations, serving various military branches, other government agencies, and organizations for whom USACE is assigned as the Construction Agent, thereby facilitating broad inter-agency construction and rehabilitation efforts. Potential example projects include, but are not limited to the following: Building Demolition and Renovation, of existing dining facility into print facility. Roof Replacement and Rehabilitation construction. Air-Racking and flooring repairs within government logistical facilities. Other projects of similar nature may be identified during the period of performance such as: the construction or renovation of sheds, warehouses, repair buildings, and office buildings; utility installations and relocations. CAPACITY: The MATOC will be awarded for a period of five years and will include yearly ordering periods. The total of all task orders issued under the contract will not be more than $15,000,000.00. The magnitude of task order awards is expected to vary greatly but not be less than $10,000.00. The Government may either include a seed task order in the second phase of the solicitation, or could elect to issue minimum guarantee task orders to all firms selected for an award under the MATOC. The Total Estimated Magnitude of construction for this MATOC is less than $80,000,000. Firm�s response to this notice shall be limited to 10 pages and shall include the following information: 1. Firm�s name, address, point of contact, phone number, website, and email address. 2. Firm�s interest in submitting a proposal on the solicitation when advertised. 3. Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute comparable work performed within the past 10 years from the date of this Sources Sought. Firm should provide at least two examples which, at a minimum, include the following: Brief description of the project Customer name Timeliness of performance Customer satisfaction Dollar value of the project Emphasis should be on projects that included (1) maintenance of Department of Defense facilities (2) sustainment of Federal Agencies facilities (3) rehabilitation (4) modernization (5) construction of government facilities. 4. Firm shall identify their Small Business classification and Small Business Size. Small Business, Small Disadvantage Business 8(a) Small Business SDVOSB WOSB HUBzone If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information, if applicable � existing and potential. 6. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. NOTES: DO NOT SUMBIT A RESPONSE TO THIS NOTICE IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Notice by no later than January 9, 2026 at 2:00PM, EST. All responses under this Sources Sought shall be sent to William Wallace via email at William.J.Wallace@usace.army.mil and I�sis Hill at Isis.S.Hill@usace.army.mil. Prior Government contract work is not required for submitting a response under this Sources Sought. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/477a926dd4ad453ba23235325f4a8246/view)
- Place of Performance
- Address: Jacksonville, FL, USA
- Country: USA
- Country: USA
- Record
- SN07673178-F 20251224/251222230040 (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 |