Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY
AI Summary
The U.S. Coast Guard intends to extend the performance period of existing Regional Multiple Award Construction Contracts (RMACC II) for up to 24 months and increase contract ceilings to support mission needs. This action ensures continuity of construction services while the follow-on RMACC III contracts are procured.
DEPARTMENT OF HOMELAND SECURITY
U.S. COAST GUARD (USCG)
PROGRAM EXECUTIVE OFFICE (PEO) - SHORE INFRASTRUCTURE (CG-SHORE) CONTRACTING OFFICE
NOTICE OF INTENT
REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC) II – CONTRACT MODIFICATIONS
Notice Type: Justification and Approval (J&A) – Contract Action Notice for Other Than Full and Open Competition
Authority: 10 U.S.C. § 3204(a)(1); FAR Subpart 6.3 (as implemented by FAR Class Deviation 25‑11)
Agency: U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC) – Construction
Nature of the Action
The U.S. Coast Guard (USCG) intends to execute contract modifications to the existing forty‑eight (48) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACC II), covering eight (8) regions), in order to:
These contract actions are required to maintain uninterrupted mission capability and ensure continuity of depot‑level maintenance and mission‑critical construction services while the follow‑on RMACC III suite of contracts is competitively reprocured.
The contemplated modifications do not change the existing contract scope, nature of work, or any other terms and conditions of the RMACC II contracts. All work will continue to be executed via competed task orders among existing RMACC II awardees in accordance with the current contract terms.
(1) Point of Contact
Contracting Officer
Cheryl A. Berry
U.S. Coast Guard, Program Executive Office (PEO) - Shore Infrastructure (CG-SHORE) Contracting Office
709 W 9th St
Juneau, AK 99802
Email: Cheryl.A.Berry@uscg.mil
(This notice is for public information. Questions regarding this contract action shall be submitted in writing via email to the Contracting Officer only; no telephone inquiries will be accepted.)
(2) Set‑Asides
These contract actions involve modifications to existing multiple‑award IDIQ contracts (RMACC II) previously awarded under various small business programs (e.g., Small Business, 8(a), HUBZone, and SDVOSB) by region.
The current action is not a new competitive procurement and therefore is not being set aside as a new total or partial small business set‑aside, nor as a local area set‑aside under FAR part 26. The underlying RMACC II contracts will retain their original set‑aside designations and small business program status.
(3) Codes for Services or Supplies
The underlying RMACC II contracts, and the task orders to be issued under them during the extension period, are categorized as construction services:
(4) Description
(i) Description of Services
RMACC II provides depot‑level maintenance and general construction services for U.S. Coast Guard shore facilities, with limited use by other DHS Components as authorized. Task orders under RMACC II typically include, but are not limited to:
Facilities and infrastructure supported include:
Task orders may be executed as Design‑Build or Design‑Bid‑Build, as appropriate. Under the extended ordering periods, all task orders will continue to be competed among existing RMACC II IDIQ holders in accordance with FAR 16.505 and the terms of each contract.
The modifications will:
This action ensures that USCG can continue to award and administer task orders to support annual depot‑level maintenance cycles, emergent/urgent requirements (including hurricane and disaster recovery), and execution of shore infrastructure priorities until RMACC III is fully awarded and transition is complete.
(ii) Procedures and Anticipated Effective Date
Because this notice concerns modifications to existing contracts whose individual task orders often exceed the Simplified Acquisition Threshold (SAT), the following applies:
This notice is issued in accordance with FAR 6.305, as implemented under the applicable class deviation, to provide public notification of the justification for using other than full and open competition.
(iii) Trade Agreements
RMACC II task orders may include construction projects at or above the thresholds for applicability of the World Trade Organization Government Procurement Agreement (WTO GPA) and/or applicable Free Trade Agreements (FTA) under FAR part 25.
Accordingly, individual RMACC II contracts and corresponding task orders may include clauses such as:
Contractors are required to comply with all Buy American, domestic preference, and trade agreement requirements as specified in the base contracts and task orders. The present action does not alter those requirements; the same clauses and compliance obligations remain in effect during the extended ordering periods.
Contractors
Name and Address of Contractors:
The RMACC II multiple‑award IDIQ contracts covered by this action are held by the firms listed in Appendix A – “RMACC II Current Contract List” of the approved Justification for Other Than Full and Open Competition. This appendix identifies all current RMACC II awardees and their corresponding contract numbers by region (e.g., CEU Providence – Region 1; CEU Cleveland – Regions 5 and 9; CEU Miami – Regions 7, 7.5, 8; CEU Oakland – Regions 11/13; CEU Juneau – Region 17).
Statement of Actions to Remove or Overcome Barriers to Competition Before Subsequent Acquisitions
Actions to Increase Competition
To remove or overcome any barriers to competition prior to the follow‑on acquisition and to ensure robust competition for subsequent requirements, the USCG is undertaking the following actions, tied to the forthcoming RMACC III competitive procurement:
Collectively, these actions are specifically designed to increase competition for the follow‑on acquisition, expand access to new qualified sources, and ensure that any temporary limitation of competition associated with extending RMACC II is fully mitigated by a robust, competitive RMACC III procurement.
Disclaimer
This Contract Action Notice is for public information and transparency regarding the Government’s intent to modify existing RMACC II contracts. It does not constitute a new solicitation, request for proposals, or invitation for bids. No additional proposals are being requested or accepted in connection with these modifications. All future competitive opportunities for the follow‑on RMACC III procurement will be announced separately on SAM.gov.
USCG RMACC II EXTENSION--REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.