Pre-Solicitation Notice: USACE Los Angeles District Design-Build MATOC 100% Small Business Set-Aside
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.
Solicitation Notice: The U.S. Army Corps of Engineers (USACE), Los Angeles District (SPL), is issuing a solicitation for a Design-Build (DB) Multiple Award Task Order Contract (MATOC) for construction services. This is a 100% Small Business Set-Aside. The contract duration is 5 years or a maximum not-to-exceed value of $99,000,000.00, whichever occurs first. This MATOC will cover Sustainment, Restoration, and Modernization (SRM) projects, minor MILCON, and support for military installations, Veteran Affairs, Customs and Border Patrol, and other Civil Works projects within the South Pacific Division (SPD) and primarily the Los Angeles District boundaries for Arizona and Nevada but may include other areas within Area of Responsibility (AOR). NAICS code: 236220 ? Commercial and Institutional Building Construction, size standard of $45,000,000.00. PCF code: Z2JZ ? Repair or Alteration of Miscellaneous Buildings. The contract type will be Small Business Indefinite Delivery Contract (IDC) with FFP Task Orders and up to six (6) IDCs are anticipated to be awarded. The Government will utilize a Two-Phase Design-Build acquisition strategy under a single solicitation. Phase I involves a pre-selection process in which the Government will shortlist up to ten of the most highly qualified offerors. Only those selected during Phase I will be invited to participate in Phase II, which will be initiated through an amendment to the original solicitation. The project will be a negotiated procurement using the Best Value Trade-Off process to ensure a competitive, firm-fixed price contract. All amendments for this acquisition will be posted on SAM.GOV: http://www.SAM.GOV/. It is the responsibility of the offerors to check the designated government point of entry ? sam.gov - frequently for any amendments or changes to the solicitation. All offerors are also advised that this procurement may be delayed, cancelled or revised at any time during the solicitation, evaluation and/or final award process.