HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of twelve paid holidays per year: New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Good Friday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of """"wash and wear"""" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the """"Service Contract Act Directory of Occupations"""", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the """"Service Contract Act Directory of Occupations"""" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).
USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
Sources Sought from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: AK. Response deadline: Dec 31, 2026. Industry: NAICS 236220 • PSC Z2AZ.
Support routes that fit this solicitation
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
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.
View more for this contract3 more WD matches and 357 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 236220
Description
01/08/2026 RELEASE --Amendment 0012--Regional delineation clarification.
Proposal Due Dates REMAIN the same--Note Sam.gov date is a placeholder required by sam.gov.
Offerors shall return signed copies of amendments 0011 & 0012.
Offerors from Regions 5, 8, & 11/13 may submit their amendment 0012 via email NLT 5:00pm EST, Tuesday, Janaury 13, 2026.
*********************************************************************************************************************************************
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 0009
Proposal 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 0008
Proposal 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 0007
Proposal 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 PST
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
****************************************************************************************************************************************************
10/27/2025 RELEASE --Amendment 0005, Revised Attachment A, and Revised Attachment B
Offerors 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 RELEASED
Amendment 0003 issued to extend the Proposal Due Dates, and the RFI period.
Amendment 0003 attached.
***********************************************************************************************************************************
10/07/2025-AMENDMENT 0002 RELEASED
Amendment 0002 issued to answer Contractor questions received October 1-4, 2025.
Amendment 0002 attached.
***********************************************************************************************************************************
10/01/2025-REVISED SOLICITATION & AMENDMENT RELEASED
A revised solicitation has been released correcting clerical errors. Content and proposal response requirements HAVE NOT changed.
Amendment 0001 attached.
***********************************************************************************************************************************
RELEASE OF OFFICIAL SOLICITATION--9/29/2025
Attached 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 Asides
Set 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 Solicitation
This 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 surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used.
Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC.
The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components.
All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract.
Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil.
Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection.
Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs.
Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region.
As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation.
Attached is a table showing the CEU assignment, the socioeconomic program set aside.
*Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement.
**Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides.
Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC.
The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS.
RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications.
When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process.
The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms.
Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order).
It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region.
The following evaluation factors are planned at this time:
Phase-One:
Factor 1 - Corporate Experience
Factor 2 - Past Performance
Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities)
Factor 4 – Safety
Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one.
**Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.”
Phase-Two:
Factor 1- Technical Solution Seed Project Means & Methods
Factor 2 - Price (Regional Seed Project)
Attachments to Pre-solicitation Notice:
Attachment 1: Draft Solicitation
Attachment 2: Regiona/District Set Aside Table
Attachment 3: Regional/District Map
THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED.
THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.
******************************************************************************************************************************************************
UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025
Anticipated Request for Proposal/Solicitation release is August 1, 2025.
Anticipated award is May 2026.
Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details.
Response date within this record have been changed.
************************************************************************************************************************************************
UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025.
Anticipated award is June 2026.
Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details.
Response date within this record have been changed.
*************************************************************************************************************************************************
EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST.
Attachments have been updated.
*************************************************************************************************************************************************
EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST.
**************************************************************************************************************************************************
ATTACHMENT A edited to correct secondary email contact for District 17.
**************************************************************************************************************************************************
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP.
The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands.
ATTACHMENTS:
ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE
ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM
SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest.
REMINDER: Responses due by 12 November 2024 at 3:00pm EST.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The US Coast Guard is seeking bids for the Regional Multiple Award Construction Contract (RMACC III), as detailed in solicitation number 70Z08725RRMACC003, posted on January 8, 2026. This contract involves multiple regions, specifically citing recent amendments that clarify small business set-aside determinations and proposal due dates. The due date for proposals from specific regions is set for March 2, 2026, while other regions maintain earlier deadlines, as outlined in numerous amendments.
The US Coast Guard aims to award multiple construction contracts across designated regions to qualified contractors. The solicitation process includes compliance with specific amendments and submission by various deadlines, enabling the Coast Guard to fulfill its construction needs efficiently.
- Contractors with experience in federal government construction projects.
- Firms that meet the requirements of the 8(a) set-aside in the specified regions.
- Companies familiar with the USCG's operational requirements and compliance standards.
- Review the official solicitation and amendments thoroughly.
- Prepare proposal documents adhering to the revised requirements stated in the amendments.
- Submit the proposal by the specified due dates for the relevant regions.
- Ensure completion of any necessary documentation related to small business set-asides (8(a) status if applicable).
- Follow up on clarifications or questions stemming from the amendments.
- Signed copies of amendments 0011 & 0012.
- Completed Attachment A in Excel format as per the solicitation requirements.
- Revised Attachment B as required by the latest amendment.
- All necessary certifications regarding small business status.
- A clear timeline and strategy reflecting the ability to meet the project deadlines.
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
- Adherence to all specified amendments is crucial for proposal acceptance.
- Responses must respect the page limitations and formatting guidelines outlined in Section L.
- Any proposal for multiple regions must be submitted separately to the designated point of contact.
- Competitive pricing analysis based on previous USCG contracts may be beneficial.
- Consideration for regional cost variations should be factored in the pricing model.
- Pricing should reflect a balance between competitiveness and the sustainability of goods and services offered.
- Collaboration with local firms in designated regions may enhance bid strength, especially for 8(a) set-asides.
- Consider forming joint ventures to broaden capacity and expertise across regions.
- Partnering with experienced subcontractors in construction to mitigate risk and enhance proposal quality.
- Potential for further amendments could impact proposal timelines and requirements.
- Change in small business set-aside status may affect eligibility and submission strategy.
- Inadequate understanding of regional specifications may lead to non-compliance in proposals.
- What are the specific criteria for the set-aside designations in Regions 5, 8, and 11/13?
- Can you clarify the process for addressing the outstanding questions pertaining to amendments?
- Are there additional market research findings available for review related to the Region 7.5 set-aside?
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Exact scope of work or project specifications are not detailed in the notice.
- Lack of clarity on the total number of awards to be made under this contract.
- Performance periods for awarded contracts are not specified.
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.