Opportunity
SAM #W912P526RA008
USACE Nashville District MATOC for Environmental Infrastructure Construction Services
Buyer
Nashville District, USACE
Posted
April 21, 2026
Respond By
May 05, 2026
Identifier
W912P526RA008
NAICS
237990, 237110, 541330
This opportunity outlines the U.S. Army Corps of Engineers Nashville District's intent to establish a Multiple Award Task Order Contract (MATOC) for environmental infrastructure projects: - Government Buyer: - U.S. Army Corps of Engineers (USACE), Nashville District (ENDIST NASHVILLE) - Contracting office located at 801 Broadway RM A604, Nashville, TN - Scope of Work: - Design-build and design-bid-build construction services for water-related environmental infrastructure - Projects will occur within the Nashville District Area of Responsibility, covering Tennessee, North Carolina, and Virginia - Contract Structure: - Three to six Firm-Fixed Price contracts will be awarded - Total MATOC capacity up to $80 million - Individual task orders will range from $1 million to $15 million - Five-year base period; task order durations specified per project - Requirements: - Small business set-aside (NAICS 237110: Water and Sewer Line and Related Structures Construction) - Offerors must be registered in the System for Award Management (SAM) - No specific OEMs or vendors identified at this stage - Contractors must monitor Sam.gov for solicitation documents and updates - Unique/Notable Aspects: - Focus on water-related environmental infrastructure - Both design-build and design-bid-build delivery methods included - Wide geographic coverage across three states
Description
PURPOSE: This is a competitive acquisition for the award of multiple Firm-Fixed Price (FFP) contracts to be part of this MATOC pool. The Contracting Officer will award a minimum of three (3) and up to six (6) FFP contracts to the responsible Offerors whose proposals the Source Selection Authority (SSA) has determined conforms to the solicitation, is fair and reasonable, and offers the best overall value to the Government, considering all non-price technical factors described herein, and price.
This requirement is for water-related environmental infrastructure projects within the Nashville District (LRN) Area of Responsibility (AOR) to include the states of North Carolina, Tennessee and Viriginia. Several projects are already anticipated to be procured utilizing this MATOC. The size of these projects ranges from $1M to $15M.
*Please note that this description is subject to change.
This is a Pre-solicitation Notice. This Notice is being issued for planning and informational purposes only.
This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance.
NAICS CODE AND SBA SIZE STANDARD: The anticipated NAICS code is 237110, (Water and Sewer Line and Related Structures Construction) with a size standard of $45M.
TYPE OF SET-ASIDE: Total Small Business Set-Aside
SOLICITATION AND CONTRACT TYPE: It is anticipated that from the RFP Solicitation, the Government will award no less than three (3) and no more than six (6) Firm-Fixed Price Design-Build (D/B) and Design-Bid-Build (D/B/B) Construction Contracts to the offerors that provide the best value proposal and who are found to be responsive and responsible.
DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The capacity of this MATOC is Not to Exceed $80M, with individual task orders issued between approximately $1 and $15 Million.
PERIOD OF PERFORMANCE: This MATOC shall have a five (5) year base period. Individual task orders will be issued and contain a period of performance for each project.
SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is on or around May 2026.
SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors and quoters are required to be registered in the System for Award Management (SAM) database (www.sam.gov) at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements.
ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the Sam.gov website. It is and will continue to be, the responsibility of all potential offerors to monitor the Sam.gov website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list.