Opportunity
SAM #W51DQV-26-X-1BOF
USACE Caribbean District Construction MATOC Market Research for Puerto Rico and U.S. Virgin Islands
Buyer
W2SR TF ViPR
Posted
May 05, 2026
Respond By
May 29, 2026
Identifier
W51DQV-26-X-1BOF
NAICS
237310, 236220, 237990, 562910, 238910
USACE Caribbean District is conducting market research for a potential construction MATOC covering Puerto Rico and the U.S. Virgin Islands. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Caribbean District - Department of Defense, Department of the Army - Scope of Work: - Design-build and design-bid-build construction services - New facility construction, real property repair, alterations, maintenance - Road and pavement repair, environmental remediation, hazardous waste abatement - Water and power infrastructure, power generation, transmission, and distribution - Contract Details: - Five-year ordering period - Maximum contract capacity between $99M and $249.9M - Individual task orders from $500,000 up to $80,000,000 - Requirements: - Capability statements from vendors with relevant experience - Ability to perform multiple projects concurrently - Experience in federal and military installations - Consideration of Cybersecurity Maturity Model Certification (CMMC) - Potential combined scope for vertical construction and major infrastructure projects - NAICS Code: 236220 (Commercial and Institutional Building Construction) - No specific OEMs or vendors are named in the notice.
Description
Notice ID: W51DQV-26-X-1BOF
Sources Sought
This Sources Sought is not a Request for Proposal, Request for Quote, or Invitation for Bid. There is no commitment by the Government to issue solicitation, make awards, or pay for respondents’ expenditures made in response to this notice. Interested vendors are responsible for monitoring this notice for any subsequent amendments. All submissions become government property and will not be returned. Any solicitation issued resulting from this notice will be in a separate announcement. The purpose of this notice is to survey interest and obtain capability statements from industry to assist the Government in shaping the acquisition strategy.
The U.S. Army Corps of Engineers (USACE), Caribbean District is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement. The USACE Caribbean District is planning a procurement for a design-build and design-bid-build multiple-award task-order contracts (DB-DBB MATOC) for construction projects in Puerto Rico and/or U.S. Virgin Islands. The MATOC would have a maximum five-year ordering period with a maximum capacity between $99M and $249.9M shared amongst the awardees. The MATOC expires at the end of the ordering period or when the maximum capacity is reached, whichever comes first.
In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of the overall MATOC base contract is Between $25,000,000 and $100,000,000.
The anticipated construction magnitude for individual Task Orders issued under this MATOC is expected to span multiple FAR/DFARS brackets, ranging from a minimum of Between $500,000 and $1,000,000 up to a maximum of Between $25,000,000 and $100,000,000 (with a practical estimated ceiling of $80,000,000 per task order).
The North American Industry Classification System (NAICS) code for this procurement is 236220 - Commercial and Institutional Building Construction.
The Government is considering issuing a Request for Proposal around August 2026 with the ordering period starting no earlier than March 2027. The solicitation would use the two-phase design-build procedures of FAR 16.5, FAR 36.3, and other regulations and supplements.
PROJECT DESCRIPTION
The MATOC’s scope would cover construction requirements for new facilities and real property repair, alterations, and maintenance in support of U.S. Department of War, other U.S. agencies operations, state and local governments in Puerto Rico and US Virgin Islands. The work includes, but is not limited to, new building construction, general building repairs, alterations, and renovation, road and pavement repair, general environmental, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remedial work (hazardous waste abatement and disposal).There is also the potential for this MATOC to include water and power infrastructure, and power generation, transmission, and distribution projects. See attached draft Statement of Work.
CAPABILITIES STATEMENT
Vendors interested in the potential procurement shall submit a brief capabilities statement no longer than five (5) pages in English with the following information:
1. Company name, address, CAGE code, and UEI number; and point of contact with phone number and e-mail address.
2. Describe experience in performing similar work and the capability to perform multiple projects simultaneously in any of the following. Explain if work was performed as a prime, Joint-Venture, or sub-contractor. Include project name, location, timeline and value in U.S. dollars; identify delivery method for each experience submitted (Design-Build vs Design-Bid-Build).
Projects working in Puerto Rico and/or U.S. Virgin Islands. Federal government projects, including projects executed for the DOW and/or for other US Government Agencies. Projects working in new construction and major renovations, repairs and alterations of existing buildings and facilities. In addition, identify any projects related to Operations and Maintenance (O&M) for existing facilities. Projects working in both horizontal and vertical construction. Water and power infrastructure projects. Experience with multiple projects concurrently involving multiple construction trades. Experience with Design Build projects; include details on your role and responsibilities. Considering the requirement to execute Design-Build contracts, provide A/E firm experience. Experience working in facilities within a military or federal installation and high security level facilities. Do you possess a Cybersecurity Maturity Model Certification (CMMC)? If you responded yes, provide the level of certification. What is your bonding capacity, single and aggregate?
3. The Government is evaluating the geographic structure for this MATOC. Please confirm your firm’s interest in submitting a proposal for the following configurations. If your firm is interested in certain locations, briefly describe any barriers that may limit participation in other locations.
Option A: A combined Puerto Rico and U.S. Virgin Islands MATOC Option B: A Puerto Rico MATOC Option C: A U.S. Virgin Islands MATOC
4. The Government is evaluating the feasibility of combining standard vertical construction (buildings -new, repairs, renovations-, microgrids, site utilities) with major infrastructure projects (specifically water, power generation, transmission, and distribution) under a single MATOC.
Does your firm consider this combined scope feasible for a single MATOC vehicle? If yes, please explain your firm’s execution strategy for handling both diverse scopes. Specifically, indicate whether your firm would primarily self-perform, utilize specialized subcontractors, or establish a Joint Venture/Teaming Agreement to execute the water and power infrastructure components. If not, explain the limitations or challenges that you might identify based on your experience and industry knowledge.
Please submit responses for this Sources Sought Notice no later than 1:00PM Atlantic Standard Time, May 29, 2029, to Glenda Canty at Glenda.A.Canty@usace.army.mil and Ronald Brooks at Ronald.j.brooks@usace.army.mil. Submissions will be shared with the government project delivery team but otherwise will be held in strict confidence. No feedback will be provided to the respondents. For any questions, contact Glenda Canty and Ronald Brooks by email.