NOTICE OF INTENT--IDIQ MATOC for Sustainment, Restoration and Modernization (SRM), and Other Small Construction Projects, Various Military Installations and Other Locations, Alaska and Wake Island
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Title: IDIQ MATOC for Sustainment, Restoration and Modernization (SRM), and Other Small Construction Projects, Various Military Installations and Other Locations, Alaska and Wake Island
Description: THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT ACTION AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Reference # W911KB20D0006 through W911KB20D0010 MATOC.
The U.S. Army Corps of Engineers, Alaska District hereby provides notice of its intent to award sole-source modification to increase the total programmatic MATOC contract capacity by $2,200,000.00 Million (M), from $98M to $100.2M, using other than full and open competition on the current IDIQ MATOC for Sustainment, Restoration and Modernization (SRM), and Other Small Construction Projects, Various Military Installations and Other Locations, Alaska and Wake Island on the basis of the circumstances identified in 10 U.S.C. 2304(c)(1) and FAR 6.302-1(a)(2)(iii). The MATOC contract holders include:
ASRC Builders, LLC
3900 C Street, Suite 305, Anchorage, AK 99503
W911KB20D0006
Brice Environmental Services Corporation
3800 Centerpoint Drive, Suite 400, Anchorage, AK 99503
W911KB20D0007
Eklutna Construction & Maintenance, LLC
10950 Mausel St, Unit B-1A, Eagle River, AK 99577
W911KB20D0008
Red Point Construction, LLC
561 E. Steel Loop, Palmer, AK 99645
W911KB20D0009
Silver Mountain Construction, LLC
901 E. Palmer-Wasilla Hwy, Suite 120, Palmer, AK 99645
W911KB20D0010
The increase in MATOC capacity will generally be used for sole source increase to specific task orders under W911KB20D0008 which were issued competitively as firm-fixed price, best-value Requests for Proposals. This intent to sole source increase capacity primarily ensures continuation of services under certain task orders for W911KB20D0008 to provide renovation and repairs at Ft Wainwright and Ft Greely Alaska. These contracts are intended to provide facility sustainment, restoration and modernization design-build construction (vertical and horizontal), renovate and/or repairs small projects at various facilities and infrastructure on various military installations, various other locations in Alaska and Wake Island.
The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 236220, Commercial and Institutional Building Construction.
This sole source increase to MATOC capacity allows USACE Alaska District the opportunity to complete the required construction support for USACE-Alaska District as described herein. This is not a solicitation for competitive proposals; however, if any interested party believes that they can meet the above requirement, they may submit a capability statement to the point of contact listed in this Special Notice. All information furnished must be in writing and must contain sufficient detail to allow USACE to be able to determine if the interested party can perform the requirement described herein. Any interested parties must provide a capability statement for this notice of intent to sole source increase capacity to the MATOC Suite, W911KB20D0006 through W911KB20D0010, shall not exceed three (3) pages and must include:
1. Firm's name, address, point of contact, phone number, email address.
2. Firm's Business Size/Status
3. Would you propose as a prime contractor, joint venture, or a teaming arrangement?
4. Does your firm (or team/joint venture) have the capability and qualifications to accomplish work as described in this notice?
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Only written responses will be considered. All responses should appear on company letterhead and include at a minimum, affirmation of active registration in the System for Award Management (SAM) at www.sam.gov, the firm's Unique Entity ID (UEI), and any applicable processed credentials and qualifications. All responses should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign-owned. All responsible sources may respond to this synopsis and all responses will be considered by the agency.
Responses should be furnished electronically to the contacts listed below not later than 2:00 p.m. Alaska Time, 20 February 2025. Send responses to Ms. Clara Sullivan, at clara.d.sullivan@usace.army.mil, and to Ms. Theresa Afrank at theresa.m.afrank@usace.army.mil.