Inactive
Notice ID:70Z047_Noticeofintent_NMACCIII_CapacityIncrease
Department of Homeland Security, Office of Contracting and Procurement – Shore Infrastructure (CG-SHORE-C) Summary: The Department of Homeland Security (DHS) intends to modify the existing twenty-seve...
Department of Homeland Security, Office of Contracting and Procurement – Shore Infrastructure (CG-SHORE-C) Summary: The Department of Homeland Security (DHS) intends to modify the existing twenty-seven (27) Indefinite Delivery Indefinite Quantity (IDIQ) National Multiple Award Construction Contracts (NMACC III) to increase the aggregate contract ceiling. This modification will support continued execution of DHS and USCG shore recapitalization projects and ensure rapid response to infrastructure needs across all DHS areas of responsibility. Authority: This action is conducted in accordance with the Competition in Contracting Act (CICA), FAR 5.204, FAR 6.103, and FAR 6.104 (FAR Class Deviation 25-11). Scope of Modification: The proposed modification increases the aggregate contract ceiling from $4,000,000,000 to $12,250,000,000. The contract modifications will be issued directly to current NMACC III contractors; no new competition will be conducted for these modifications. No changes to the scope, nature of work, or terms and conditions of existing contracts. All work will continue to be executed via competed task orders among current NMACC III awardees. Set-Asides: Applies only to existing multiple award IDIQ contracts previously awarded under various small business programs. No new set-asides or competitive procurement; original set-aside designations remain unchanged. Primary NAICS Code: 236220 – Commercial and Institutional Building Construction Small Business Size Standard: $45,500,000 Description of Services: Contractors provide new construction, renovation, and repairs of commercial and institutional facilities at DHS installations in all 50 United States, Puerto Rico, Guam, and the U.S. Virgin Islands. Facilities include waterfront structures, housing, medical complexes, administrative buildings, and more. Work may include specialty trades and infrastructure repairs due to extreme weather events. Task Order Execution: Design Build or Design Bid Build task orders will continue to be competed among existing NMACC III IDIQ holders per FAR 16.507, fair opportunity procedures. Trade Agreements: Task orders may be subject to WTO GPA and applicable FTAs under FAR Part 25. Relevant clauses (e.g., FAR 52.225-11, FAR 52.225-5) remain in effect. Disclaimer: This notice is issued for public information and transparency. It does not constitute a new solicitation, request for proposals, or invitation for bids. No additional proposals are being requested or accepted. Point of Contact: Barbara Williamson-Garris Barbara.l.williamson-garris@uscg.mil Teams: 206-827-2130 (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.)