Construction - Multiple Award Task Order Contract (MATOC)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Contracting Command, Rock Island, is conducting market research for a Multiple Award Task Order Contract (MATOC) for Construction services at Ammunition Plants and Depots under the Joint Munitions Command (JMC). This is a Sources Sought notice to identify interested parties and their capabilities. Responses will help determine if the requirement will be set-aside for small businesses or procured through full and open competition. Responses are due by May 1, 2026, at 10:00 AM CT.
Scope of Work
The MATOC will require contractors to provide design and development, engineering, architectural, and technical services for design/build projects, as well as minor construction, maintenance, repair, and new construction tasks. This includes various trades such as carpentry, electrical, plumbing, HVAC, roofing, and equipment operation. Task orders will specify work, drawings, and schedules. A draft Statement of Work (SOW) is provided for review.
Contract & Timeline
- Contract Type: Sources Sought (anticipating a Multiple Award Task Order Contract - MATOC)
- Period of Performance: Estimated one (1) Base Year and four (4) Option Periods, commencing October 2026.
- NAICS Code: 237990 (Small Business Size Standard: $45,000,000.00)
- Set-Aside: Indicated as a Total Small Business Set-Aside (FAR 19.5), but the final acquisition strategy (full or partial small business set-aside, or full and open competition) will be determined based on market research.
- Response Due: May 1, 2026, 10:00 AM CT
- Published Date: March 30, 2026
Submission & Evaluation
Interested parties must submit:
- A capabilities statement (maximum 10 pages) addressing capacity, resources, project management, past performance, technical skills, small business prime performance percentage, business status, and ability to meet facility/safeguarding requirements.
- A completed "Sources Sought Worksheet" (Attachment 0001) providing qualification and socio-economic status information (UEI, CAGE, SAM registration, small business categories).
Submissions must be sent via email to Brianne.r.johnson2.civ@army.mil. The government will evaluate market information to assess industry capabilities.
Special Requirements
- Personnel and Facility Security Clearances (DD Form 254) are required.
- Prime contractor must have or obtain a Secret Facility Clearance.
- Compliance with the Davis-Bacon Act is required.
- A Government Furnished Property plan is necessary.
- Adherence to various codes (NFPA, IBC, ASME, ADA), safety protocols, environmental laws (ISO 14001), and site access regulations.
Notes
This is for informational purposes only and is not a Request for Proposal (RFP). Responses are not offers and do not obligate the government. No funds are available for response preparation. Telephone inquiries will not be accepted.