Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SOLICITATION NOTICE

Z -- $90M Indefinite Delivery Indefinite Quantity (IDIQ), Sustainment Restoration and Modernization (SRM) Construction, Multiple Award Task Order Contract (MATOC)

Notice Date
12/17/2025 2:04:34 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU26RA003
 
Response Due
1/2/2026 2:00:00 PM
 
Archive Date
01/10/2026
 
Point of Contact
Tiffany Chisholm, Phone: 2156566761
 
E-Mail Address
tiffany.z.chisholm@usace.army.mil
(tiffany.z.chisholm@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION NO. W912DR26RA003PROCUREMENT TYPE: Pre-Solicitation Notice TITLE: $90M Indefinite Delivery Indefinite Quantity (IDIQ), Sustainment Restoration and Modernization (SRM) Construction, Multiple Award Task Order Contract (MATOC)Code: Z- Maintenance, Repair, Alteration of Structures/FacilitiesNAICS 236220 Commercial and Institutional Building Construction with a size standard of $45M. Project Description: The U.S. Army Corps of Engineers, Philadelphia District issues this pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Construction Contract (MATOC) for projects located in the Philadelphia District?s Area of Responsibility (AOR) and North Atlantic Division?s (NAD) Area of Responsibility. It is anticipated that the preponderance of the task orders will be within the Philadelphia District AOR. This is a Multiple Award Task Order Construction Contract (MATOC) for Design?-Build (DB) and Design-Bid-Build (DBB) Construction projects in support of DoD.This MATOC will be set-aside exclusively for small businesses. This acquisition will utilize a two phase, best value methodology to establish the MATOC base contract awards. The intent is to award up to five contract awards to qualified small businesses.Contract awards will be made to the offerors whose proposals are determined to be best-value to the Government considering both price and technical factors. The NAICS Code is 236220 with a small business size standard of $45M. The period of performance is anticipated to a 5-year ordering period. The total capacity for the contract will be $90,000,000.00. The scope of this contract will encompass Design-Build and Design-Bid-Build renovation and new construction projects. It may also include a broad variety of minor repair, modification, rehabilitation and/or alterations of existing buildings. The salient characteristics of these projects include: Vertical construction, full complement of construction disciplines to include: foundation, infrastructure, site utilities, superstructure, building systems; features of work include: interior/exterior mechanical/electrical / fire protection /HVAC/architectural finishes/ concrete/ plumbing / carpentry/ roofing. It may also include, but not be limited to: demolition, geo-technical investigation, infrastructure projects, interior fit-up, communications, security and force protection (AT/FP) projects. The Contractor shall be required to perform all work in accordance with the access and security requirements of the customer for each project. This will be a Two-Phase acquisition utilizing the best value tradeoff process. An award will be made to the Offerors whose proposals are determined to be the best value to the Government considering the evaluation factors. It is anticipated that Phase 1 will be released on or about 02 January 2026 with proposals due on or about 02 February 2026. Phase 1 of the solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of the PIEE and SAM.gov system. To familiarize vendors with the system, please go to https:// https://piee.eb.mil/. The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not be issued in paper format.Phase 2 of the solicitation will only be available to those offerors selected to advance to Phase2. Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (236220) to this acquisition must be in vendor?s SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d87888c403614c77a73a17e1d80d1d48/view)
 
Record
SN07668859-F 20251219/251217230035 (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.