Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2025 SAM #8756
SOURCES SOUGHT

Y -- Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build/Design-Bid-Build Construction Contract in USACE Norfolk District�s AOR

Notice Date
11/14/2025 9:34:56 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123626X1AW1
 
Response Due
11/26/2025 12:00:00 PM
 
Archive Date
12/11/2025
 
Point of Contact
Candace Lotomau, Phone: 7572017131, Michael Hagerty, Phone: 7572017303
 
E-Mail Address
candace.c.lotomau@usace.army.mil, michael.hagerty@usace.army.mil
(candace.c.lotomau@usace.army.mil, michael.hagerty@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
US Army Corps of Engineers (USACE) Norfolk District (NAO) anticipates soliciting and awarding a Construction Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to be procured in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and FAR Part 36, Construction and Architect Engineer Contracts. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Performance Period: The contract will include a base period of five (5) years. Estimated Value of the Contract: The estimated contract value is not to exceed $99 million. The Task Order range is a minimum task order value of $3 million to $25 million. The Government reserves the right to change anticipated task order limits. Project Description: The purpose of the MATOC is to provide major vertical and horizontal construction services for US Department of Defense facilities. This construction includes, but is not limited to: administrative buildings, barracks and housing facilities, educational and training facilities, roads, utilities and infrastructure, site development and landscaping, and paving and drainage systems. If a single Offeror does not have in-house design and construction capabilities, joint venture agreements between firms will be acceptable. If the Offeror wishes to perform some of the work using subcontractors (subject to the work requirement stated in FAR 52.236-1, Performance of Work by the Contractor), the prime contractor may use subcontractors providing they submit commitment letters from those subcontractors during the solicitation phase. USACE NAO is requesting responses from any construction firms (small and large businesses) capable of meeting this requirement. In accordance with FAR 52.219-9 � Small Business Subcontracting Plan, all Large Businesses will be required to submit a subcontracting plan that must be approved before award. Contractors will be required to submit a Bid Guarantee in accordance with FAR 52.228-1 � Bid Guarantees. The awardee will be required to submit 100% Payment and Performance Bonds amount within ten (10) calendar days from award of the contract. Bonding documents are not required for this Sources Sought. Solicitation: The intended solicitation will consist of a two-phase design-build selection procedures in accordance with FAR 36.3 Two Phase Design Build Selection Procedures. Sources Sought: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. USACE Norfolk District will not accept telephone inquiries. Responses: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the USACE in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Submissions: Offerors response to this Sources Sought shall be limited to 7 pages, single spaced, size 12 Arial font, and shall include the following information: [Clarifications and or questions shall be submitted in a separate word document and will not count towards the 7 page limitation. PAGES IN EXCESS OF THE SEVEN (7) PAGE LIMIT WILL NOT BE CONSIDERED. Cover page and SAM registration is not included in the page count.] Capability Statements should include: 1. Firm�s Name, address(es), point of contact, phone number, and e-mail address 2. Firm�s interest in proposing on the solicitation when it is issued 3. Firm�s Unique Entity Identifier (UEI) 4. In consideration of the NAICS code, with a Small Business Size Standard of $45M, indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 5. Firm�s capability to perform contract(s) of this magnitude, complexity and experience managing multiple projects simultaneously. Offerors shall provide at least three (3) examples and include: Firm�s capability to execute comparable work performed within the past 5 years Brief description of the project Customer name Timeliness of performance Customer satisfaction Dollar value of the project 6. The firm�s capability to perform construction services within the Norfolk District�s Area of Responsibility. PRIMARILY: Norfolk, VA 7. Please state your firm�s bonding limit. 8. Include Cage Code or System for Award Management (SAM) information/registration, if available 9. Firm�s Joint Venture information or Teaming Arrangements Include Cage Code or System for Award Management (SAM) information/registration, if available Project Labor Agreement (PLA) The Corps of Engineers Norfolk District is soliciting comments from the construction community addressing the potential use of a Project Labor Agreement (PLA) for the noted large scale (exceeding $35 Million) construction project. PLA is defined as a pre-hire collective bargaining agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). In accordance with FAR 22.503, an agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a Project Labor Agreement with one or more labor organization if the agency decides that the use of Project Labor Agreements will: Advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and Be consistent with law. * * Reference: FAR Provision 52.222-33 - Notice of Requirement for Project Labor Agreement and FAR Clause 52.222-34 - Project Labor Agreement. PLA Questions to Industry In consideration of the above factors, and any others which may be deemed appropriate, the construction community is invited to comment on the use of PLAs. Of particular interest to the Government are responses to the following questions: 1. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation. 2. Skilled Labor: a. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? b. Are there large-scale construction projects in the area (over $35M, within 50 miles of Norfolk, VA), which could impact availability of skilled labor for this project? c. What is the anticipated volatility in the labor market for the trades required for execution of the project? Please provide supporting documentation. 3. Time: a. Are you aware of time sensitive issues/scheduling requirements that would impact the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. b. Is the proposed schedule/completion time one which would benefit from a PLA � if so, how? c. Will a PLA impact the completion time? d. Would a PLA benefit a project which contains a unique and compelling mission-critical schedule? 4. Labor Management: a. Are there any concerns regarding labor-management stability related to this project? b. Will the use of a PLA produce labor-management stability on this project? c. Have labor disputes or other labor issues contributed to project delays in the local area? d. Are you aware of examples of labor-management conflicts in the area which could impact the efficiency of this project, which a PLA could positively impact/resolve? 5. Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 6. Please identify any additional information you believe should be considered on the use of a PLA on the referenced project. 7. Identify any additional information you believe should be considered on the non-use of a PLA for the referenced project. 8. Would inclusion of PLA deter your firm from submitting a proposal (when the solicitation is issued)? Yes or no. The information gathered in this exercise should include the following information on projects completed in the last ten (10) years: a. Project Name and Location b. Detailed Project Description c. Initial Cost Estimate vs. Actual Final Cost d. Was the project completed on time? e. Number of craft trades present on the project? f. Was a PLA used? g. Were there any challenges experienced during the project? Anticipated Public Announcement & Award: Should the acquisition proceed, USACE NAO anticipates posting the solicitation in February 2026 and award of the contract(s) in July 2026. Responses Due: All interested contractors should submit responses via email by 15:00 hours Eastern Time on 26 November 2025. Submit responses and information to Candace.C.Lotomau@usace.army.mil and Michael.Hagerty@usace.army.mil. No hard copies will be accepted. Questions: Questions regarding this Sources Sought Announcement may be directed to Contracting Officer Candace Lotomau Contract Specialist Michael Hagerty. Send questions to Candace.C.Lotomau@usace.army.mil and Michael.Hagerty@usace.army.mil. *****This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME.******
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cc043c28857f415fb72630e48621e5f8/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN07642799-F 20251116/251114230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.