Enterprise General Construction MATOC (RFI 2)
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 Department of the Air Force, Air Force Reserve Command (AFRC) is conducting a second Request for Information (RFI 2) for an Enterprise General Construction Multiple Award Task Order Contract (MATOC). This RFI seeks industry feedback on a proposed acquisition strategy for general construction projects across various Air Reserve Bases in the continental U.S. Responses are due by March 24, 2026, at 2:00 pm EST.
Purpose
This RFI serves as a crucial final step in market research to refine the scope, structure, and terms of a potential future solicitation. It follows an initial RFI, and the feedback gathered will validate the proposed acquisition strategy for an effective, efficient, and competitive contract. The Contracting Officer may host one-on-one meetings with respondents.
Scope of Work
The overall scope of the anticipated MATOC includes the execution of general construction projects, encompassing new construction, alteration, renovation, demolition, and repair of real property and infrastructure. Potential work types, as detailed in the draft Performance Work Statement (PWS), include:
- Facility Repair and Renovation: Interior/exterior alterations, carpentry, drywall, flooring, painting, millwork.
- Roofing Systems: Repair, replacement, and maintenance of various low-slope and steep-slope systems.
- Mechanical Systems: Repair and replacement-in-kind of HVAC components.
- Electrical and Plumbing Systems: Upgrades, repair, and maintenance of interior/exterior systems.
- Painting and Coatings: Application of paints and high-performance industrial coatings.
- Horizontal Construction: Paving, repair, and maintenance of roads, parking lots, and sidewalks.
- Airfield Maintenance: Rubber removal, spall repair, joint sealing, minor pavement repairs.
- Site Work and Demolition: Excavation, grading, storm drainage, utility trenching, facility demolition.
Performance locations include Grissom ARB (IN), March ARB (CA), Niagara Falls ARS (NY), Pittsburgh ARS (PA), Westover ARB (MA), NAS JRB Ft Worth (TX), Homestead ARB (FL), Dobbins ARB (GA), Robins AFB (GA), Minneapolis St Paul ARS (MN), and Youngstown ARS (OH).
Contract Details
- Anticipated Contract Type: Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) task orders.
- Anticipated Period of Performance: Continuous five-year ordering period, with a potential six-month extension.
- Projected Value: $600M+
- Tentative NAICS Code: 236220 – Commercial and Industrial Building Construction.
- Set-Aside: None specified (market research stage).
- Projected Award Date: TBD – FY27.
Response Requirements
Interested vendors must submit responses by completing a 16-question survey via the official Microsoft Forms link: https://forms.osi.apps.mil/r/G9YwyMPnTT. A complete and sufficient response to all questions is mandatory. Capabilities statements or briefs are NOT requested and should NOT be submitted. Only responses submitted through the provided link will be considered.
Additional Notes
This is an RFI for market research purposes only and is not a solicitation. The information provided is subject to change and is not binding on the Government. The draft PWS is also subject to change.