USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
Federal opportunity from HOMELAND SECURITY, DEPARTMENT OF. Place of performance: AK. Response deadline: Dec 31, 2026.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
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
12/30/2025 NOTICE--AMENDMENT WILL NOT BE ISSUED.Per AMENDMENT 0005 the Entirety of Section L.5.1 is modified. KTRs shall follow Amendment 0005.TYPO in RFP Revision 2.Section L.5.1.g states; REMINDER: Updated Amendment 0004--this is an error.***********************************************************************************************************************************************12/19/2025 RELEASE --Amendment 0011--Region 7.5 small business set aside determination and proposal due date declared. Set aside 8(a)/due date 02 March 2026.Other region due dates remain the same.Second Revision to RFP included with this amendment.Note Sam.gov date is a placeholder required by sam.gov.--The table in Amendment 0011 is what should be followed.NOTE: The Florida panhandle is being designated part of Region 7—all of Florida to be in one singular region—for the purposes of this solicitation and resulting awards.***************************************************************************************************************************************************12/04/2025 RELEASE --Amendment 0010--Due date extension into January because of the holidays.Proposal Due Date Extension --Note Sam.gov date is a placeholder required by sam.gov.The table in Amendment 0010 is what should be followed.All remaing RFIs recevied by deadline of October 23, 2025 are within this amendment.The final analysis of additional market research of Region 7.5 has been issued to SBA today. USCG must await their decision to determine the set aside and propoal due dates.NOTE: The Florida panhandle is being designated part of Region 7—all of Florida to be in one singular region—for the purposes of this solicitation and resulting awards.***************************************************************************************************************************************************11/26/2025 RELEASE --Amendment 0009Proposal Due Date Extension --Note Sam.gov date is a placeholder required by sam.gov.The table in Amendment 0009 is what should be followed.Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment.Region 7.5 set-aside is still under review. Decision will be forthcoming.NO OTHER QUESTIONS ARE BEING ACCEPTED***********************************************************************************************************************************************11/19/2025 RELEASE --Amendment 0008Proposal Due Date Extension --Note Sam.gov date is a placeholder required by sam.gov.The table in Amendment 0008 is what should be followed.Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment.Region 7.5 set-aside is still under review. Decision will be forthcoming.NO OTHER QUESTIONS ARE BEING ACCEPTED************************************************************************************************************************************************11/11/2025 RELEASE --Amendment 0007Proposal Due Date Extension --Note Sam.gov date is a placeholder required by sam.gov.The table in Amendment 0007 is what should be followed.Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment.NO OTHER QUESTIONS ARE BEING ACCEPTED********************************************************************************************************************************11/03/2025 RELEASE --Amendment 0006--Revised to correct Block 11.Proposal Due Date Extension and answers to most questions received by October 23, 2025 12:00pm PSTAny remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment.NO OTHER QUESTIONS ARE BEING ACCEPTED****************************************************************************************************************************************************10/27/2025 RELEASE --Amendment 0005, Revised Attachment A, and Revised Attachment BOfferors shall use the revised Attachment A & B and follow revised directions of Section L contained herein Amendment 0005.Offerors shall disregard and discard previous versions.NOTE: USCG is still compiling answers to all remaining questions received by October 23, 2025 12:00pm PST. Another amendment with these answers is forthcoming.*******************************************************************************************************************************************10/24/2025 NOTICE--USCG will release REVISED Attachment A and REVISED Attachment B forms and revised Section L.5.1 in the next amendment. These revisions will provide clarity on use of attachments in relation to RFP proposal responses.Any other RFIs sent in before the October 23 deadline are being reviewed and will be included in an amendment next week.****************************************************************************************************************************************************10/21/2025 AMENDMENT 0004 RELEASED Amendment 0004 issued to Revise sections of the Revised RFP, answer Offeror questions received October 5-14, and remind offerors of proposal due date extensions.Amendment 0004 attached.REMINDER: Offerors should use the Revised RFP and all amendments when preparing their proposal response.************************************************************************************************************************************10/17/2025-AMENDMENT 0003 RELEASEDAmendment 0003 issued to extend the Proposal Due Dates, and the RFI period. Amendment 0003 attached.***********************************************************************************************************************************10/07/2025-AMENDMENT 0002 RELEASEDAmendment 0002 issued to answer Contractor questions received October 1-4, 2025.Amendment 0002 attached.***********************************************************************************************************************************10/01/2025-REVISED SOLICITATION & AMENDMENT RELEASEDA revised solicitation has been released correcting clerical errors. Content and proposal response requirements HAVE NOT changed.Amendment 0001 attached.***********************************************************************************************************************************RELEASE OF OFFICIAL SOLICITATION--9/29/2025Attached you will find the official Request for Proposal. Each of the designated regions have RFP response dates, see section L.RFI/questions regarding this solicitation must be received NLT October 16, 2025. See instructions for submitting questions at Section L.2 .For Contractor's convenience attachments B & C are provided in Word format. Attachment A is provided as an Excel spreadsheet and must be used as response to solicitation.To prevent confusion, all previous attached documents to this SAM.gov posting have been removed as of September 29, 2025 except the Consolidated QA RMACC III (1 file) . Official Request for Proposal documents are attached (4 files attached).Five (5) files remain atached to this SAM.gov posting.Read Section L carefully and adhere to page limitations and formatting requirements.REMINDER: Contractors wishing to compete in multiple regions MUST submit separate RFP response to each region POC.************************************************************************************************************************************************UPDATE: 9/25/2025 The official solicitation has not been released. Anticipated release is prior is COB September 30, 2025. Continue to check this listing for more information.The Q&A received from intertested parties regarding the draft solicitation have been added to the attached files.UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information.*******************************************************************************************************************************UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set AsidesSet Aside designations be region:Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete)UPDATE: Release DRAFT SolicitationThis is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation.Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary.All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line.It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation.Description of Work:The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS).The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors.The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillan
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.