Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2025 SAM #8698
SPECIAL NOTICE

99 -- REQUEST FOR INFORMATION REGION 7.5: PUERTO RICO & U.S. VIRGIN ISLANDS FOR THE USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)

Notice Date
9/17/2025 1:25:50 PM
 
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
70Z08725RRMACC003_PR_USVI_Targeted_MR
 
Response Due
10/2/2020 2:00:00 PM
 
Archive Date
11/24/2026
 
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
The U.S. Coast Guard (USCG) is conducting targeted market research to gather updated information on the capabilities and interest of firms located in or primarily serving Region 7.5 (Puerto Rico and the U.S. Virgin Islands) that are capable of performing general construction services. THIS IS A REGION 7.5-SPECIFIC REQUEST FOR INFORMATION (RFI). While all qualified firms are welcome to respond, the USCG is particularly interested in gathering information about 8(a) firms in Region 7.5. IMPORTANT: Even if your firm previously responded to the RMACC III Sources Sought notice, we encourage you to complete this Region 7.5-specific survey to provide the most up-to-date information on your firm's capabilities. Your responses will directly inform the USCG's decision regarding the most appropriate set-aside strategy for Region 7.5's RMACC III contract. This is not a request for proposal or invitation for bid. Your participation is voluntary, but highly encouraged. BACKGROUND: The USCG is re-procuring the third iteration of an Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contract (RMACC III). The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Work will be performed for the Department of Homeland Security (DHS) and its components, primarily the U.S. Coast Guard, in any of the 50 United States and its territories. Estimated Period of Performance including Options (if applicable): The period of performance for this contract is structured as a three-year base period, followed by two (2) two-year option periods, resulting in a total potential duration of seven years. In accordance with FAR 19.301-2 and 13 CFR 124.521(e)(2), this contract meets the definition of a long-term contract as it exceeds five years in duration, including options. NAICS code that applies to the principal nature of the acquisition: 236220 - Commercial and Institutional Building Construction with a size standard of $45.0M Anticipated dollar value of the requirement, including options: The total estimated aggregate amount is $4B. This is an aggregate capacity for all contracts issued, across all regions. Task order limits will range from $2,000 to approximately $10M, except for Region 17 � Arctic District, which will have a task order range from $2,000 to $20M. Informational Note: Across Fiscal Years (FY) 2019�2022, USCG awarded six (6) task orders under the predecessor contract vehicle RMACC II Region 7.5 as follows: FY2019: 1; FY2020: 4; FY2022: 1), totaling $5.33M in obligations with an average award of $888,679 (min $105,642; max $3,151,814). We stopped using this vehicle after FY2022, and no additional awards have been made under it as of 2025. Additionally, USCG awarded 16 contracts for Region 7.5 using various other methods that fall within the planned ordering range of $2,000�$10,000,000 (FY2020: 10; FY2021: 6), totaling $3.64M in current award value with an average of about $227,222 (min $3,750; max $3,237,717). Type of contract to be awarded: Firm-fixed price utilizing the procedures of FAR Part 15, 16, and 36. Orders will be issued following the procedures of FAR Part 16.5. If your firm is interested in and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contract (RMACC) performing General Construction Services in Region 7.5 (Puerto Rico and the U.S. Virgin Islands), you are encouraged to respond to this RFI. Firms must review the active RMACC III Opportunity ID 70Z08725RRMACC003 (see link below) for complete details. A draft solicitation is posted under this Opportunity ID. INSTRUCTIONS: All responses to this Request for Information must be submitted via the RMACC III Region 7.5 � Targeted Market Research RFI Link provided below NO LATER THAN 2 OCTOBER 2025, 5:00 p.m. ET. The USCG will not accept responses submitted through any other means.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b1441d7087304917b5dc41a41f91a7b3/view)
 
Place of Performance
Address: PR, USA
Country: USA
 
Record
SN07594112-F 20250919/250917230039 (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.