- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for Design-Build (DB) Construction in Support of Defense Health Agency (DHA)
Federal opportunity from DEPT OF DEFENSE. Place of performance: AK.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
Description
The U.S. Army Corps of Engineers (USACE), Little Rock District (CESWL) announces its intent to solicit for an Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Design Build (DB) Construction Services in support of the Defense Health Agencys (DHA) Sustainment, Restoration, and Modernization (SRM) program.The Product Service Code is Z2DA (Repair or Alteration of Hospitals and Infirmaries), and the NAICS Code is 236220 (Commercial and Institutional Building Construction), with a size standard of $45 million.The scope of work for the resultant contracts will primarily be associated with the design, renovation/alteration of existing active medical facilities, but may also include major repair and new construction. Work may include restoration or modernization of hospitals, clinics, medical administration buildings, ambulatory health facilities, medical warehouses, medical labs, biological engineering labs, dental clinics, veterinary clinics, wellness centers, and any other buildings connected to or associated with the operations of Defense Health Agency (DHA) supported facilities. Required Contract Performance is within the continental United States (CONUS), Alaska and Hawaii (OCONUS), and US Territories with a potential for contracts to serve a certain region. The majority of work will be conducted in active healthcare facilities requiring multi-phase transitions of clinics and other operations. Experience and staffing for these types of projects is a requirement. Patient care and patient/staff safety in occupied space is paramount in design and construction. Compliance with all related governmental and non-governmental design and construction requirements is to be expected. Infection control in design and procedures during construction is paramount.Work may include, but is not limited to restoration and/or modernization of all aspects of heating ventilation, air conditioning and refrigeration (HVAC-R) systems, plumbing systems, medical gas and vacuum systems, building envelope, roofing systems, anti-terrorism/force protection (ATFP) features, electrical systems, elevators, fire protection, interior renovations, wayfinding and signage, and exterior site and systems work such as utilities infrastructure, roadways, sidewalks, parking lots, landscaping, irrigation, etc. Work may also include providing transition services, and facility furniture, fixtures and equipment. Transition services include the planning and move of occupants, existing property, and associated services. Facility furniture, fixtures and equipment includes items such as casework, systems furniture, cubicle partitions, seating and desking, patient room furniture, artwork, and medical equipment.Under this contract the contractor must provide all necessary labor, material, supervision, and equipment for the design, construction, repair, and/or alteration to sustain, restore, and or modernize these facilities using Military Construction (MILCON) and Operations and Maintenance (O and M) processes. The contractor shall have experience in utilizing performance based requirements, where the customer identifies the objectives (desired result) and the constraints (code/criteria/standards) and the contractor is responsible for determining the means and methods to achieving the desired result. Any resultant contracts will be for a base period of five (5) years, with no option periods. Each contract awarded under the DB MATOC will share the total contract capacity estimated at $250 million over the five (5) year period. The estimated The minimum size of a task order awarded against this MATOC is $300,000, while the maximum size is $20M. Individual task orders will be competed among all MATOC base contract awardees. Firms must have ability to perform up to five (5) task orders simultaneously. The Government has a target of six (6) contractors.Small Businesses and 8(a) participants are reminded under FAR 52.219-14(e), Limitations on Subcontracting, that they will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractors 85 percent subcontract amount that cannot be exceeded.The acquisition will be advertised as a Total Small Business Set-Aside.The evaluation and selection of awardees for the MATOC will be conducted in accordance with FAR Part 15 ? Contracting by Negotiation, and FAR Part 36.3 - Two-Phase DB Selection Procedures. Awardees will be selected based on demonstrated technical competence and qualifications. A selection process will be used in accordance with FAR Part 15, Best Value trade-off Evaluation. The Government will evaluate performance capability in accordance with criteria described in the solicitation documents.The Government will post the solicitation and all subsequent amendments to the Government-Wide Point of Entry (GPE) System of Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) Web Site http://www.sam.gov and www.piee.eb.mil . The offeror is solely responsible to obtain this solicitation and any subsequent amendments through these websites. Offerors are encouraged to visit the websites and become familiar with content and functionality prior to the solicitation issue date. Prospective Offerors must provide all information necessary to register for systems access and to receive posting notifications. Offerors must be registered and have an active, valid registration in the System for Award Management (SAM) database ( https://www.sam.gov )and the Procurement Integrated Enterprise Environment Solicitation Module (PIEE). Offerors must also have a NIST Score recorded in PIEE to be eligible for award ( https://piee.eb.mil/, to access SPRS/NIST Score). Anticipated solicitation issuance date is on or about 23 Dec 2024, and the estimated proposal due date will be on or about 05-Jan-2026. The proximity date of award is anticipated around 15-Jan-2027.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.