USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)

SOL #: 70Z08725RRMACC003Sources Sought

Overview

Buyer

Homeland Security
Us Coast Guard
CEU JUNEAU(00087)
JUNEAU, AK, 99802, United States

Place of Performance

Juneau, AK

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Other Administrative Facilities And Service Buildings (Z2AZ)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 10, 2024
2
Last Updated
Jan 8, 2026
3
Response Deadline
May 1, 2026, 7:00 PM

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.

People

Points of Contact

John WrightSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 30
Sources Sought
Posted: Jan 8, 2026
View
Version 29
Sources Sought
Posted: Dec 30, 2025
View
Version 28
Sources Sought
Posted: Dec 19, 2025
View
Version 27
Sources Sought
Posted: Dec 4, 2025
View
Version 26
Sources Sought
Posted: Nov 26, 2025
View
Version 25
Sources Sought
Posted: Nov 19, 2025
View
Version 24
Sources Sought
Posted: Nov 12, 2025
View
Version 23
Sources Sought
Posted: Nov 12, 2025
View
Version 22
Sources Sought
Posted: Nov 4, 2025
View
Version 21
Sources Sought
Posted: Nov 3, 2025
View
Version 20
Sources Sought
Posted: Oct 28, 2025
View
Version 19
Sources Sought
Posted: Oct 24, 2025
View
Version 18
Sources Sought
Posted: Oct 21, 2025
View
Version 17
Sources Sought
Posted: Oct 17, 2025
View
Version 16
Sources Sought
Posted: Oct 7, 2025
View
Version 15
Sources Sought
Posted: Oct 1, 2025
View
Version 14
Sources Sought
Posted: Oct 1, 2025
View
Version 13
Sources Sought
Posted: Sep 30, 2025
View
Version 12
Sources Sought
Posted: Sep 30, 2025
View
Version 11
Sources Sought
Posted: Sep 30, 2025
View
Version 10
Sources Sought
Posted: Sep 25, 2025
View
Version 9
Sources Sought
Posted: Sep 8, 2025
View
Version 8
Sources Sought
Posted: Aug 25, 2025
View
Version 7
Sources Sought
Posted: Jul 23, 2025
View
Version 6Viewing
Sources Sought
Posted: Jun 26, 2025
Version 5
Sources Sought
Posted: Mar 5, 2025
View
Version 4
Sources Sought
Posted: Nov 14, 2024
View
Version 3
Sources Sought
Posted: Nov 6, 2024
View
Version 2
Sources Sought
Posted: Oct 10, 2024
View
Version 1
Sources Sought
Posted: Oct 10, 2024
View