SPECIAL NOTICE
Z -- USCG RMACC II Extension--Regional Multiple Award Construction Contract
- Notice Date
- 12/30/2025 11:37:43 AM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- CEU JUNEAU(00087) JUNEAU AK 99802 USA
- ZIP Code
- 99802
- Solicitation Number
- 70Z08726RMACCII_EXT
- Response Due
- 1/15/2026 2:00:00 AM
- Archive Date
- 01/30/2026
- Point of Contact
- Cheryl Berry, Phone: 2068155287, John Wright
- E-Mail Address
-
Cheryl.A.Berry@uscg.mil, john.wright@uscg.mil
(Cheryl.A.Berry@uscg.mil, john.wright@uscg.mil)
- Description
- DEPARTMENT OF HOMELAND SECURITY U.S. COAST GUARD (USCG) PROGRAM EXECUTIVE OFFICE (PEO) - SHORE INFRASTRUCTURE (CG-SHORE) CONTRACTING OFFICE NOTICE OF INTENT REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC) II � CONTRACT MODIFICATIONS Notice Type: Justification and Approval (J&A) � Contract Action Notice for Other Than Full and Open Competition Authority: 10 U.S.C. � 3204(a)(1); FAR Subpart 6.3 (as implemented by FAR Class Deviation 25?11) Agency: U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC) � Construction Nature of the Action The U.S. Coast Guard (USCG) intends to execute contract modifications to the existing forty?eight (48) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACC II), covering eight (8) regions), in order to: Extend the period of performance for each affected RMACC II contract for up to twenty?four (24) months beyond the current ordering period end dates (currently expiring between May 9, 2026 and September 19, 2026); and Increase ordering capacity (contract ceilings) for certain regions where additional capacity is required to support mission needs during the extension period. These contract actions are required to maintain uninterrupted mission capability and ensure continuity of depot?level maintenance and mission?critical construction services while the follow?on RMACC III suite of contracts is competitively reprocured. The contemplated modifications do not change the existing contract scope, nature of work, or any other terms and conditions of the RMACC II contracts. All work will continue to be executed via competed task orders among existing RMACC II awardees in accordance with the current contract terms. (1) Point of Contact Contracting Officer Cheryl A. Berry U.S. Coast Guard, Program Executive Office (PEO) - Shore Infrastructure (CG-SHORE) Contracting Office 709 W 9th St Juneau, AK 99802 Email: Cheryl.A.Berry@uscg.mil (This notice is for public information. Questions regarding this contract action shall be submitted in writing via email to the Contracting Officer only; no telephone inquiries will be accepted.) (2) Set?Asides These contract actions involve modifications to existing multiple?award IDIQ contracts (RMACC II) previously awarded under various small business programs (e.g., Small Business, 8(a), HUBZone, and SDVOSB) by region. The current action is not a new competitive procurement and therefore is not being set aside as a new total or partial small business set?aside, nor as a local area set?aside under FAR part 26. The underlying RMACC II contracts will retain their original set?aside designations and small business program status. (3) Codes for Services or Supplies The underlying RMACC II contracts, and the task orders to be issued under them during the extension period, are categorized as construction services: Primary NAICS Code: 236220 � Commercial and Institutional Building Construction Small Business Size Standard: $45,500,000 Primary PSC: Z2** � Category Z Maintenance, Repair, Alteration of Structures/Facilities (specific Z2?series PSCs are applied at the task order level based on facility type and scope). (4) Description (i) Description of Services RMACC II provides depot?level maintenance and general construction services for U.S. Coast Guard shore facilities, with limited use by other DHS Components as authorized. Task orders under RMACC II typically include, but are not limited to: Real property repair and maintenance General and marine construction Demolition and facility replacement Historical restoration and preservation work Environmental and remediation?type construction activities Facilities and infrastructure supported include: Operations buildings, multi?mission stations, and administrative facilities Hangars, boat houses, warehouses, industrial and maintenance facilities Residential and light commercial buildings and their associated mechanical/electrical systems Firing ranges and training facilities Site utilities (potable water, sanitary sewer, stormwater, steam, electrical distribution) Waterfront facilities, piers, wharves, and vessel shore?tie infrastructure Electronic surveillance and security systems construction Dredging and airfields/airports/runways Other construction and related services of similar scope required at the depot level Task orders may be executed as Design?Build or Design?Bid?Build, as appropriate. Under the extended ordering periods, all task orders will continue to be competed among existing RMACC II IDIQ holders in accordance with FAR 16.505 and the terms of each contract. The modifications will: Extend ordering periods by up to 24 months (specific extension dates by region are established in the justification and contract files); and Increase regional contract ceilings where needed, with an aggregate requested capacity increase across all IDIQs of approximately $430 million, resulting in updated regional ceilings as documented in the justification. This action ensures that USCG can continue to award and administer task orders to support annual depot?level maintenance cycles, emergent/urgent requirements (including hurricane and disaster recovery), and execution of shore infrastructure priorities until RMACC III is fully awarded and transition is complete. (ii) Procedures and Anticipated Effective Date Because this notice concerns modifications to existing contracts whose individual task orders often exceed the Simplified Acquisition Threshold (SAT), the following applies: The contract modifications will be issued directly to current RMACC II contractors; no new competition will be conducted for these modifications. Individual firm?fixed?price task orders issued under RMACC II during the extended period will continue to be competed among existing RMACC II awardees using fair?opportunity procedures. The modifications are anticipated to become effective prior to the current RMACC II ordering period expirations (between May 9, 2026 and September 19, 2026), with ordering extensions to dates up to FY 2028, as reflected in the justification and individual modification documents. This notice is issued in accordance with FAR 6.305, as implemented under the applicable class deviation, to provide public notification of the justification for using other than full and open competition. (iii) Trade Agreements RMACC II task orders may include construction projects at or above the thresholds for applicability of the World Trade Organization Government Procurement Agreement (WTO GPA) and/or applicable Free Trade Agreements (FTA) under FAR part 25. Accordingly, individual RMACC II contracts and corresponding task orders may include clauses such as: FAR 52.225?11, Buy American�Construction Materials under Trade Agreements FAR 52.225?3, Buy American�Free Trade Agreements�Israeli Trade Act FAR 52.225?5, Trade Agreements Contractors are required to comply with all Buy American, domestic preference, and trade agreement requirements as specified in the base contracts and task orders. The present action does not alter those requirements; the same clauses and compliance obligations remain in effect during the extended ordering periods. Contractors Name and Address of Contractors: The RMACC II multiple?award IDIQ contracts covered by this action are held by the firms listed in Appendix A � �RMACC II Current Contract List� of the approved Justification for Other Than Full and Open Competition. This appendix identifies all current RMACC II awardees and their corresponding contract numbers by region (e.g., CEU Providence � Region 1; CEU Cleveland � Regions 5 and 9; CEU Miami � Regions 7, 7.5, 8; CEU Oakland � Regions 11/13; CEU Juneau � Region 17). Statement of Actions to Remove or Overcome Barriers to Competition Before Subsequent Acquisitions Actions to Increase Competition To remove or overcome any barriers to competition prior to the follow?on acquisition and to ensure robust competition for subsequent requirements, the USCG is undertaking the following actions, tied to the forthcoming RMACC III competitive procurement: Execution of RMACC III as a Fully Competitive Follow?On IDIQ Suite USCG is developing and will issue a competitive RMACC III solicitation (anticipated Solicitation No. 70Z08725RRMACCIII) as the long?term successor to RMACC II. RMACC III is planned as a multi?region, multiple?award IDIQ MACC, with best?value source selection and a significantly expanded aggregate capacity (anticipated not?to?exceed $4 billion over the life of the contracts). Contracts will cover all 50 States, Puerto Rico, Guam, and U.S. Virgin Islands, aligned with USCG Districts/CEUs, increasing the number and diversity of offerors that can compete for work. Small Business Program Strategy and Separate Competitive Pools RMACC III is anticipated to be structured with separate regional pools reserved for Small Business Concerns under NAICS 236220, with specific pools for small business categories such as 8(a), HUBZone, and Service?Disabled Veteran?Owned Small Business (SDVOSB), where market research supports such set?asides. This structure is intended to broaden competitive access beyond the existing RMACC II awardees and to enable new and emerging firms to compete for regional construction work. Extensive Market Research and Sources Sought / Industry Engagement USCG issued a Sources Sought Notice for RMACC III to identify capable small businesses across all geographic regions, to understand market capacity, and to inform the set?aside and pool strategies. A virtual industry engagement session via Microsoft Teams is planned (with details to be published on SAM.gov) to provide information on RMACC III, solicit feedback from industry, and identify any perceived barriers to entry or participation. Industry feedback on proposed regional structures, contract durations, and seed projects is being used to refine requirements and evaluation approaches so that more firms can viably compete. Use of Seed Projects and Transparent Evaluation Criteria USCG anticipates using seed projects in the RMACC III solicitation as a pricing and technical evaluation mechanism. This approach: Provides a clear, concrete basis on which offerors can price and demonstrate capabilities; and Enhances transparency and predictability of the source selection process, thereby reducing perceived barriers for new competitors. Alignment and Transition Planning to Avoid Future Sole?Source?Like Bridging By extending RMACC II uniformly and synchronizing the RMACC III schedule (Phase I and Phase II evaluations with target award around early CY 2027), USCG is: Ensuring an orderly transition from RMACC II to RMACC III; and Minimizing the likelihood of future non?competitive bridge actions by implementing a predictable, competitive long?term vehicle. Public Posting of this Justification and Future RMACC III Opportunities This J&A and contract action notice are being posted on SAM.gov to provide transparency and to inform the broader market of both: The temporary nature of these RMACC II modifications; and The upcoming competitive opportunity under RMACC III. Interested firms that are not current RMACC II awardees will have a full and open opportunity (within the applicable small business program parameters) to compete for RMACC III awards. Collectively, these actions are specifically designed to increase competition for the follow?on acquisition, expand access to new qualified sources, and ensure that any temporary limitation of competition associated with extending RMACC II is fully mitigated by a robust, competitive RMACC III procurement. Disclaimer This Contract Action Notice is for public information and transparency regarding the Government�s intent to modify existing RMACC II contracts. It does not constitute a new solicitation, request for proposals, or invitation for bids. No additional proposals are being requested or accepted in connection with these modifications. All future competitive opportunities for the follow?on RMACC III procurement will be announced separately on SAM.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0ce92d59c2e74c5f8368356c2adfdaee/view)
- Place of Performance
- Address: Juneau, AK, USA
- Country: USA
- Country: USA
- Record
- SN07675295-F 20260101/251230230033 (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 |