Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2025 SAM #8664
SOLICITATION NOTICE

Y -- 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)

Notice Date
8/14/2025 7:00:55 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W074 ENDIST SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN25RA020
 
Archive Date
08/29/2025
 
Point of Contact
Gregory Graham, Alicia Scott
 
E-Mail Address
gregory.m.graham@usace.army.mil, alicia.d.scott@usace.army.mil
(gregory.m.graham@usace.army.mil, alicia.d.scott@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USAGE) Savannah District intends to issue a Two-Phase Design-Build Solicitation for a Multiple Award Task Order Contract under which task orders for General Construction are expected to be issued for projects within the Savannah District area of responsibility (AOR), primarily Georgia and North Carolina. Task Orders issued under any resultant contract(s) will be Firm-Fixed Price and may be either for Design-Build or Design-Bid-Build General Construction Note: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no proposals are being accepted. The subsequent solicitation will result in a D-Type Indefinite Delivery Contract (IDC). The awarded MATOC Contracts will have a base period of five (5) years. The Government will perform a Best Value Decision using Two-Phase Design-Build selection procedure in accordance with Federal Acquisition Regulation (FAR) Part 36.301. The order limitation of task orders shall range between $7M and $30M. Task orders issued under this MATOC will be firm-fixed price. All other resultant task orders may include options. NAICS: The North American Industry Classification System (NAICS) code is 236220-Commerical and Institutional Building Construction, with a size standard of $45M. Type of Set-Aside: This acquisition is being offered as a 100% Small Business Set-Aside under NAICS code identified above. Anticipated Solicitation Release Date: The Government anticipates releasing the solicitation on or about 29 August 2025 and approximate closing date is on or about 8 October 2025. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. Description of Work: Task orders placed under this MATOC shall be that of a design-build, design-bid-build construction, or construction only in nature. This MATOC for General Construction projects is intended to provide an agile acquisition tool to procure new construction, renovation, maintenance or repair and incidental work to include, site work, mechanical systems, plumbing, utility systems, structural, electrical, and HVAC. Evaluation Criteria: The Government will use a best value decision for award of this procurement. Only those Offerors whose proposals provide the best overall value will be awarded contracts with a minimum guarantee of $2,500.00. The evaluation factors for this solicitation and are as follows: GATE (Solicitation Compliance Criteria): The anticipated solicitation will prescribe a minimum �go/no go� or gate as solicitation compliance criteria that an offeror�s proposal must meet before advancing to Phase 1 in the proposal evaluation process. This is not an evaluation of any factors, but to confirm the inclusion of the minimum requirements of the proposal as stated in the solicitation. If an offeror does not pass a solicitation compliance criterion, the proposal is not further evaluated in Phase 1 and is eliminated from consideration for award preventing additional unnecessary expenditure of the Government's and offeror's time and money on an unviable offer. To ensure the Government can target award to a pool of eight (8) MATOC holders, the Government will target twelve (12) of the most highly qualified offers to advance from Phase 1 to Phase 2. The solicitation will also include a notice to offerors that, pursuant to FAR 15.306(c)(2), the contracting officer may also limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. PHASE I: FACTOR 1: PAST PERFORMANCE FACTOR 2: DESIGN EXPERIENCE The Government will evaluate the performance capability of the proposals in accordance with the criteria provided in the solicitation and will select no more than twelve (12) of the most highly qualified Offerors to participate in Phase II. PHASE II: FACTOR 3: TECHNICAL CAPABILITY (Management Approach) PRICE: Price will not be rated but will be a factor in establishing a competitive range prior to discussions (if held) and in making the best value decision for award of any resultant contract(s). In Phase II of the process, the Government will evaluate both price and technical capability (management approach) The award will be made to the eight (8) Offerors whose proposals represent the best overall value to the Government. Awards will be made to the Offerors whose technical submittal and price proposal contain the combination of criteria requested which offers the best overall value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. Consolidation: This MATOC constitutes consolidation in that it combines construction projects at multiple discrete sites into one contract, this approach provides the best combination of competitive procedures, streamlined acquisition, qualified prime contractors, efficient use of manpower, and some cost efficiency�thereby providing the best way to support SAS�s MILCON/Large SRM program. Per FAR 7.107-2(d)(3), quantifiable benefits of administrative/personnel cost savings for this $400 Million procurement must exceed the 10% threshold, or $40 Million, to clearly justify a financial benefit of consolidation. Although the savings demonstrated above do not meet the threshold in FAR 7.107-2(d)(3), when comparing a MATOC and other procurement methods, other benefits are clearly demonstrated. The consolidation of requirements under this MATOC is critical to SAS�s success in meeting DoD requirements can be met when projects are not received in sufficient time to compete as full and open standalone requirements. Although this procurement will be set aside for small businesses, all firms will be invited to compete and will receive fair consideration for a contract under this MATOC. Considering the discussion provided above, consolidation is necessary and justified as the benefits of consolidation substantially exceed the benefits of the alternative contracting approaches. Fulfilling this requirement through separate, stand-alone contracts would result in considerable risk of higher costs and scheduling constraints to the Government. Consolidation of the requirements promotes flexibility to complete the work in the time frame required due to funding constraints. Consolidation will not negatively impact small business participation in these programs but will promote competition and motivate both lower costs to the contractor and overall better pricing for the Government. Solicitation Website: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation. Registrations: System for Award Management (SAM)-Offerors shall maintain an active registration in the SAM database at https://www.sam.gov to be eligible for a Government contract award. Suppose the Offeror is a Joint Venture (JV). In that case, the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an Offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective Offeror. Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/. Point of Contacts: For this acquisition, the contracting officer, Mr. Greg Graham, whose e-mail address is gregory.m.graham@usace.army.mil., and the Contract Specialist, Alicia Scott whose e-mail address is alicia.d.scott@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f4c8decbbbb04419b4637511e64e359c/view)
 
Place of Performance
Address: Savannah, GA, USA
Country: USA
 
Record
SN07551219-F 20250816/250814230051 (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.