Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2025 SAM #8794
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 7:11:57 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
W912EP26RZ1B1R
 
Response Due
1/9/2026 11:00:00 AM
 
Archive Date
01/24/2026
 
Point of Contact
Ireishal Adams, William Wallace
 
E-Mail Address
Ireishal.C.Adams@usace.army.mil, william.j.wallace@usace.army.mil
(Ireishal.C.Adams@usace.army.mil, william.j.wallace@usace.army.mil)
 
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 (USACE), 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 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: Task Orders placed under this MATOC will include a wide range of construction activities, including but not limited to new construction, demolition, renovation, and repair projects. These efforts will primarily support military and interagency stakeholders within the USACE, Jacksonville District, including waterfront, shore, and marine infrastructure repairs for the U.S. Coast Guard (USCG). Support for military and interagency projects may encompass all types of facilities, including commercial, industrial, military, logistical, waterfront, marine facilities or any other types where general construction trades and practices are utilized for construction, renovation, expansion and repairs. Facilities may be located on private lands; federal, state, municipal, territorial or Tribal Lands; within navigable waterways and bodies of water; within the contiguous coastal zones; and on or adjacent to levees, waterfronts, piers, wharves, bulkheads, seawalls, and water control features. Support may include, but is not limited to, environmental restoration; flood risk management; erosion and shoreline stabilization; bridges; paving and drainage; culvert work; grading; canals; levees and dams; industrial controls; waterway lock and spillway controls; geotechnical work to include piling and foundations; utility systems; monitoring stations; and waterfront and marine infrastructure repairs such as piers, bulkheads, wharves, dolphins, fender systems, mooring hardware, and associated utilities. Project sponsors may include military, the USCG, other federal agencies, state or local governments, or other entities for whom USACE is assigned as the Construction Agent. Tasks may involve industrial process equipment, industrial ventilation systems, building and industrial controls, water control structures, and energy management systems. Task Orders may be issued for construction-only or design-build services. Task Orders will not be issued for design-only services. Design and construction efforts may include, but are not limited to, repair or new construction of hydraulic steel, concrete, or composite structures for locks, dams, and waterfront facilities, as well as Programmable Logic Controller (PLC) based controls systems to operate such structures. Structures may include water control gates such as sector gates for locks, spillway sluice gates, culverts, or similar features. Work may also include general vertical construction, including but not limited to, high performance green buildings and structures identified as International Code Council (ICC) 500 storm shelters, as well as interior and exterior building renovations. Certain facilities may require Leadership in Energy and Environmental Design (LEED) Silver certification. All design work shall comply with Department of Defense (DoD) Unified Facility Criteria (UFC). Potential example projects include, but are not limited to, the following: Waterfront and shore infrastructure repairs in support of the USCG, including pier, bulkhead, wharf, dolphin, seawall, and fender system rehabilitation; piling and foundation repairs; utility upgrades; roof repair or replacement; and associated marine construction. Clean pier� undersides to remove debris, corrosion, and buildup. Repair or replace piles, fender system, cleats, or bits that are rusted or damaged. Repair or replace sagging or warped decking. Install an isolation transformer to power mound. Address corrosion on critical utilities such as fire hydrants. Perform metal preservation and repair bollards. Perform repairs or coatings to preserve the integrity of the bulkhead concrete. Clean and treat any corroded metal components to prevent further degradation. Apply protective paint to metal and concrete components. Other projects of similar nature identified during the period of performance, including construction or renovation of sheds, warehouses, repair facilities, office buildings; utility installations and relocations; navigation lock rehabilitation; telemetry systems; industrial control system design and replacement; and horizontal construction primarily supporting waterfront operations and navigation. 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 $80,000,000.00. 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 expeditiously perform a contract of this magnitude and complexity, to include the firm�s capability to execute comparable work performed within the past ten (10) years from the date of this Sources Sought notice. Firms should provide a minimum of two (2) representative projects examples. Each example shall, 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 placed on projects demonstrating the firm�s ability to expeditiously plan, coordinate, and execute complex waterfront and marine construction in operational environments that involved one or more of the following: Repair, rehabilitation, or modernization of waterfront, marine, or shore infrastructure or facilities, including roofs, piers, wharves, bulkheads, seawalls, fender systems, mooring hardware, and associated utilities. Replacement, upgrade, or integration of control, conitoring, or electrical systems supporting waterfront or marine facilities, including compliance with applicable DoD, DHS, USCG, Army, and USACE cybersecurity and information assurance requirements. Vertical construction, repair, or hardening of waterfront-adjacent facilities and operational structures to enhance resiliency, force protection, and continuity of operations in coastal or marine environments. Marine, coastal, or water-related construction activities supporting navigation safety, shoreline stabilization, flood risk management, or operational readiness of waterfront 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, 2025 at 2:00PM, EST. All responses under this Sources Sought shall be sent via email to William Wallace at William.j.wallace@usace.army.mil and Ireishal Adams at Ireishal.c.adams@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/97662ed0139245568468e030504cacb4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07673179-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 |
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.