Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published August 18, 2025 at 8:00 PM
Updated August 19, 2025
This is a service / maintenance or supply contract in Fort Benning, Georgia. Contact the soliciting agency for additional information.
This is a service, maintenance, or supply contract in Fort Benning, Georgia. The US Army Corps of Engineers (USACE) Savannah District intends to issue a Two-Phase Design-Build Solicitation for a Multiple Award Task Order Contract (MATOC) under which task orders for general construction are expected to be issued for projects within the Savannah District area of responsibility (AOR), primarily Georgia and North Carolina. Task orders issued under any resultant contracts will be Firm-Fixed Price and may be either for Design-Build or Design-Bid-Build General Construction. This synopsis is only a notification that a solicitation is anticipated and forthcoming; no proposals are being accepted at this time. The subsequent solicitation will result in a D-Type Indefinite Delivery Contract (IDC). The awarded MATOC contracts will have a base period of five years. The Government will perform a Best Value Decision using a Two-Phase Design-Build selection procedure in accordance with Federal Acquisition Regulation (FAR) Part 36.301. The order limitation of task orders shall range between $7M and $30M. Task orders issued under this MATOC will be firm-fixed price, and all other resultant task orders may include options. The North American Industry Classification System (NAICS) code is 236220 for Commercial and Institutional Building Construction, with a size standard of $45M. This acquisition is being offered as a 100% Small Business Set-Aside under the identified NAICS code. The Government anticipates releasing the solicitation on or about August 29, 2025, with an approximate closing date on or about October 8, 2025. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. Task orders placed under this MATOC shall be for design-build, design-bid-build construction, or construction-only projects. This MATOC for General Construction projects is intended to provide an agile acquisition tool to procure new construction, renovation, maintenance, or repair and incidental work, including site work, mechanical systems, plumbing, utility systems, structural, electrical, and HVAC. The Government will use a best value decision for the award of this procurement. Only those offerors whose proposals provide the best overall value will be awarded contracts with a minimum guarantee of $250,000. The evaluation factors for this solicitation are as follows: Phase I: Factor 1: Past Performance Factor 2: Design Experience The Government will evaluate the performance capability of the proposals in accordance with the criteria provided in the solicitation and will select no more than twelve of the most highly qualified offerors to participate in Phase II. Phase II: Factor 3: Technical Capability (Management Approach) Price Price will not be rated but will be a factor in establishing a competitive range prior to discussions, if held, and in making the best value decision for the award of any resultant contracts. In Phase II of the process, the Government will evaluate both price and technical capability (management approach). The award will be made to the eight offerors whose proposals represent the best overall value to the Government. Awards will be made to the offerors whose technical submittal and price proposal contain the combination of criteria requested, which offers the best overall value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. This MATOC constitutes consolidation in that it combines construction projects at multiple discrete sites into one contract. This approach provides the best combination of competitive procedures, streamlined acquisition, qualified prime contractors, efficient use of manpower, and some cost efficiency, thereby providing the best way to support SAS's MILCON/Large SRM program. Per FAR 7.107-2(d)(3), quantifiable benefits of administrative/personnel cost savings for this $400 million procurement must exceed the 10% threshold or $40 million to clearly justify a financial benefit of consolidation. Although the savings demonstrated above do not meet the threshold in FAR 7.107-2(d)(3) when comparing a MATOC and other procurement methods, other benefits are clearly demonstrated. The consolidation of requirements under this MATOC is critical to SAS's success in meeting DoD requirements when projects are not received in sufficient time to compete as full and open standalone requirements. Although this procurement will be set aside for small businesses, all firms will be invited to compete and will receive fair consideration for a contract under this MATOC. Considering the discussion provided above, consolidation is necessary and justified as the benefits of consolidation substantially exceed the benefits of alternative contracting approaches. Fulfilling this requirement through separate standalone contracts would result in considerable risk of higher costs and scheduling constraints to the Government. Consolidation of the requirements promotes flexibility to complete the work in the time frame required due to funding constraints. Consolidation will not negatively impact small business participation in these programs but will promote competition and motivate both lower costs to the contractor and overall better pricing for the Government. The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the System for Award Management (SAM) website at https://sam.gov. Paper copies of the solicitation will not be issued, and telephone and fax requests for this solicitation will not be honored. Project files are in Portable Document Format (PDF) and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If and when issued, amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, offerors must check the website periodically for any amendments to the solicitation. Offerors shall maintain an active registration in the SAM database at https://www.sam.gov to be eligible for a Government contract award. If the offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective offeror. The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No other transmission methods (email, facsimile, US postal mail, hand-carried, etc.) will be accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil. For this acquisition, the points of contact are the contracting officer, Mr. Greg Graham, whose email address is gregory.m.graham@usace.army.mil, and the contract specialist, Alicia Scott, whose email address is alicia.d.scott@usace.army.mil. The Method of Contractor Selection has not been determined at this Time *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.
Final Planning
Military
$30,000,000.00
Public - Federal
Service, Maintenance and Supply
Plans and Specifications are not available for this project. If that changes, they will be made available here.
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
December 29, 2025
Multiple Locations, Fort Benning, GA
Related To This Project
Fort Benning, GA
Bid Date: Oct 15 2025
Fort Benning, GA
Bid Date: Aug 26 2025
Fort Benning, GA
Bid Date: Aug 28 2025
Fort Benning, GA
Bid Date: Sep 05 2025
Fort Benning, GA
Bid Date: Sep 08 2025
Fort Benning, GA
Bid Date: Oct 16 2025
Fort Benning, GA
Bid Date: Sep 03 2025
Fort Benning, GA
Bid Date: Aug 19 2025
Fort Benning, GA
Bid Date: Aug 19 2025
Fort Benning, GA
Bid Date: Aug 18 2025
Fort Benning, GA
Bid Date: Aug 18 2025
Fort Benning, GA
Bid Date: Aug 25 2025
Fort Benning, GA
Bid Date: Aug 11 2025
Fort Benning, GA
Bid Date: Aug 06 2025
Fort Benning, GA
Bid Date: Aug 07 2025
Recently Viewed
--
--
--
--
--
--
--
--
--
--
Bid Smarter, Not Harder
Spend more time doing the job than looking for it. ConstructConnect has the industry's most complete project data to help you find, bid, and win. Now.
Sign up to get free access, instantly.
