Search Contract Opportunities

PRE-SOLICITATION NOTICE: IDIQ Minor Construction Projects SATOC, SWL (CW and MIL)   4

ID: W9127S25RA008 • Type: Presolicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

PRE-SOLICITATION NOTICE
INDEFINITE DELIVERY INDEFINITE QUANTITIY SINGLE AWARD TASK ORDER CONTRACT
MINOR CONSTRUCTION PROJECTS WITHIN LITTLE ROCK DISTRICT
CIVIL WORKS AND MILITARY BOUNDARIES

U.S. ARMY CORPS OF ENGINEERS
LITTLE ROCK DISTRICT

W9127S25RA008, IDIQ Minor Construction Projects SATOC, SWL (CW and MIL), will be advertised using an 8(a) Competitive Set-Aside under the NAICS Code 237990, Other Heavy and Civil Engineering Construction. The small business size standard is set at $45M.
This solicitation will be issued utilizing FAR Part 15 as an RFP. Proposals will be evaluated via the Best Value - Trade Off method and will result in a firm fixed-price IDIQ SATOC. The resultant contract will have a capacity limit of $45 million.
The purpose of this acquisition is to establish a highly responsive repair and construction contracting vehicle to support SWL's CW and MIL missions. The general scope of this acquisition will be to provide all labor, materials, supplies, parts (to include system components), transportation, plant, supervision, and equipment, except when specified as Government-furnished, required for repair or construction of real property facilities.
Work could include repair or replacement of mechanical, electrical or fire protection and detection systems; concrete repair; asphalt paving; repairs related to building renovation or demolition; interior remodeling work including carpentry, painting, floor and wall covering; repair or replacement of infrastructure systems; correction of drainage problems; repair or upgrade of structural problems; asbestos removal for disposal; repair or replacement of roofing, siding, windows, doors or other miscellaneous architectural elements; various repairs or maintenance required for recreational facilities; etc. Work may be accomplished in different types of facilities and environments including administrative; vehicle maintenance; industrial; warehouses, recreation areas, lake shorelines, remote river locations, etc.
The contractor shall provide quality assurance as specified in strict accordance with all terms, conditions, special contract requirements, specifications, drawings, attachments, and exhibits to be outlined in the contract requirements and task orders awarded under the contract. The contractors work and responsibility shall also include all planning, programming, administration, and management necessary to provide repair, construction, and related services as ordered. The contractor shall be responsible for site preparation and cleanup for each task order issued under the contract. Further, the contractor shall provide related services such as preparing and submitting required reports, maintaining record drawings, and performing other administrative work.
W9127S25RA008 will be issued around May 14, 2025, via Procurement Integrated Enterprise Environment (PIEE), https://piee.eb.mil/sol/xhtml/unauth/index.xhtml and the Government Point of Entry (GPE), www.sam.gov. Amendments to the solicitation will be issued via the GPE/PIEE as well. It is each offerors responsibility to download the solicitation and monitor the sites for updates.
Offerors must be registered with the System for Award Management (SAM) in order to submit a proposal in response to this solicitation. Contractors may register for SAM at no cost to them at the following website: www.sam.gov.
The Contract Specialist/s for this solicitation will be Sarah Hagood/ Shelby Henson. All questions/ comments should be forwarded in writing to sarah.n.hagood@usace.army.mil or shelby.m.henson@usace.army.mil.
All contractors are encouraged to visit SAM at www.sam.gov to view other business opportunities.

Overview

Response Deadline
May 15, 2025, 12:55 a.m. EDT Past Due
Posted
April 29, 2025, 10:19 a.m. EDT
Set Aside
8(a) (8A)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$45,000,000 (value based on agency estimated range)
Odds of Award
86%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
78% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/29/25 USACE Little Rock District issued Presolicitation W9127S25RA008 for PRE-SOLICITATION NOTICE: IDIQ Minor Construction Projects SATOC, SWL (CW and MIL) due 5/15/25. The opportunity was issued with a 8(a) (8A) set aside with NAICS 237990 (SBA Size Standard $45 Million) and PSC Y1QA.
Primary Contact
Name
Sarah Hagood   Profile
Phone
(501) 340-1277

Secondary Contact

Name
Shelby Henson   Profile
Phone
(501) 340-1249

Documents

Posted documents for Presolicitation W9127S25RA008

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W9127S25RA008

Incumbent or Similar Awards

Contracts Similar to Presolicitation W9127S25RA008

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9127S25RA008

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9127S25RA008

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT LITTLE RO
FPDS Organization Code
2100-W9127S
Source Organization Code
100221423
Last Updated
May 31, 2025
Last Updated By
sarah.n.hagood@usace.army.mil
Archive Date
May 31, 2025