USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
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.
Quick Summary
The U.S. Coast Guard (USCG) is soliciting proposals for the Regional Multiple Award Construction Contract (RMACC III), an Indefinite Delivery/Indefinite Quantity (IDIQ) program to provide construction services nationwide for the USCG and other Department of Homeland Security (DHS) components. This opportunity involves multiple regional contracts, each with specific small business socioeconomic set-asides. Proposal due dates vary by region, with the earliest being January 14, 2026, and Region 7.5 due March 2, 2026.
Purpose & Scope
The USCG Shore Infrastructure Logistics Center (SILC) aims to award up to ten IDIQ RMACCs per region to fulfill DHS infrastructure needs for maintenance, repair, and construction. The scope includes real property repairs, general construction, marine construction, demolition, historical restoration, and remediation across various facility types (e.g., operations buildings, hangars, waterfront facilities, airports). Project delivery methods will include Design-Build (One-Step Turnkey) and Design/Bid/Build.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) IDIQ
- Duration: Base year + two 3-year option periods (totaling up to 7 years)
- Aggregate Capacity: $4 Billion across all RMACCs
- Minimum Guarantee: $5,000 per individual contract
- Task Order Limits: Generally $2,000 to $10M, with Region 17 up to $20M
- Anticipated Awards: Approximately ten individual contracts per region
Set-Aside Information
Each regional contract is set aside for one or more small business socioeconomic programs. Examples include: 8(a) (Regions 1, 7, 7.5, 9, 14), SDVOSB (Regions 5, 11/13), and HUBZone (Region 8). Region 17 is specifically set aside for both HUBZone and 8(a) firms, with targets for at least two awards to each category.
Submission & Evaluation
This procurement uses a Two-Phase Design-Build Selection Procedure. Offerors must submit separate proposals for each region they wish to compete in.
- Phase One Factors: Corporate Experience, Past Performance, Regional Management Capabilities/Technical Capabilities/Capacity (including bonding), and Safety. Bonding capacity and a bona fide office within the region will be evaluated.
- Phase Two Factors: Technical Solution Seed Project Means & Methods, and Price (Regional Seed Project).
- Requirements: Offerors must demonstrate compliance with minimum bonding requirements and SAM.gov registration in the required socioeconomic categories. Joint Ventures must provide experience from each member, and SBA approval for JVs is not required for competitive awards.
- Project Experience: 3-5 relevant construction projects ($500K-$20M), with at least one demonstrating Design-Build experience, completed within the last six years.
Key Dates & Contacts
- Proposal Due Dates: Vary by region. Earliest is January 14, 2026. Region 7.5 is due March 2, 2026. (Note: SAM.gov date is a placeholder; refer to amendment tables for specific regional dates).
- Contacts: Cheryl Berry (Cheryl.A.Berry@uscg.mil) and John Wright (john.wright@uscg.mil). Offerors must return signed copies of all amendments with their proposals.