Skip to main content

An official website of the United States government

You have 2 new alerts

$495M Unrestricted Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Construction Services in the State of Hawaii

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Feb 03, 2022 03:58 pm HST
  • Original Published Date: Oct 26, 2021 02:30 pm HST
  • Updated Response Date: Mar 31, 2022 02:00 pm HST
  • Original Response Date: Dec 31, 2021 02:00 pm HST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 01, 2022
  • Original Inactive Date: Jan 15, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    HI
    USA

Description

This announcement constitutes a Pre-Solicitation notice (synopsis) in accordance with FAR Subpart 5.2.  The U.S. Army Corps of Engineers, Honolulu District hereby announces its intent to issue an unrestricted solicitation entitled, “$495M Unrestricted Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Construction Services in the State of Hawaii” as described within this announcement.

THIS IS NOT A FORMAL SOLICITATION. The Government intends to issue a formal solicitation via a Request for Proposals (RFP) in accordance with FAR Part 15, which will follow this announcement and will take place no sooner than 30 days from the publication date of this announcement.

The Government intends to issue a formal solicitation via a Best Value Trade Off (BVTO) Request for Proposal (RFP) in accordance with FAR Part 15, which will follow this announcement.  Offerors are to provide completed and signed forms on the https://SAM.gov websiteIt is the Offerors responsibility to check for any posted changes to the solicitation.

The North American Industry Classification Code (NAICS) for this requirement is 236220 (Commercial and Institutional Building Construction).  The small business size standard for this NAICS code is $39,500,000 average annual revenue.  The Government intends to award multiple firm-fixed price construction contracts as a result of this solicitation. 

The Government intends to award approximately five (5) Indefinite Delivery Contracts (IDC) as a result of this solicitation.  The duration of the resulting contracts will include a three (3) year base ordering period and two (2) optional ordering periods (two years each), with an additional six (6) month option under FAR Clause 52.217-8, Option to Extend Services, for a total of seven (7) years and six (6) months (if all options are exercised) or until the contract limit is reached, whichever comes first.  The maximum capacity of the MATOC IDIQ is Not-to-Exceed $495,000,000.00.  A $2,000 minimum guarantee will be obligated when each IDC is awarded for only the base ordering period, with no minimum guarantee for optional ordering periods.

Project Scope:  POH anticipates construction projects ranging from $25,000,000 to $100,000,000 throughout the State of Hawaii.  Projects will be both Design-Bid-Build (DBB) and Design-Build (DB) primarily on Federal Government properties.  Work includes both new and repair work, and vertical and horizontal construction.

Offerors must have and/or maintain an active registration with the System Award Management (SAM) website.  To register in SAM, got to http://www.sam.gov.  All Offerors are encouraged to visit https://beta.SAM.gov website to view other business opportunities.

All interested prime contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged and women-owned, Historically Underutilized Business Zone (HUBZone), veteran-owned, and service-disabled veteran-owned small business concerns in accordance with the provisions of Public Law 95-507.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION ZH BLDG 230 ATTN CEPOH CT
  • FORT SHAFTER , HI 96858-5440
  • USA

Primary Point of Contact

Secondary Point of Contact

History