Government-Owned, Contractor-Operated (GOCO) Army Ammunition Plant (AAP) Design, Build, and Commissioning 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 Department of the Army has issued a pre-solicitation notice for the Government-Owned, Contractor-Operated (GOCO) Army Ammunition Plant (AAP) Design, Build, and Commissioning Multiple Award Task Order Contract (MATOC). This notice releases consolidated answers to industry questions received through May 8, 2026, and announces a new official solicitation number, W519TC-26-R-A020. The formal Request for Proposal (RFP) is anticipated for release in May 2026.
Scope of Work
This MATOC will cover the design, build, and commissioning of GOCO Army Ammunition Plants, falling under the Construction Of Ammunition Facilities (Y1EA) product service code.
Contract & Timeline
- Type: Multiple Award Task Order Contract (MATOC)
- Set-Aside: None specified
- Anticipated RFP Release: May 2026
- Published: May 12, 2026
- New Solicitation Number: W519TC-26-R-A020
Key Clarifications from Industry Q&A (May 13, 2026)
- Award Criteria: The Government intends to award to all offerors meeting the Minimum Technical Threshold Rating (MTTR) and other outlined qualifications.
- Bonding Capacity: Offerors must demonstrate the ability to bond at $200M for a single project and an aggregate capacity of $500M. Interim bonding capacity extensions will be permitted.
- Project References: Projects cited for past experience must be 100% completed (designed, built, commissioned, and accepted). Domestic contract references are required for experience with integrating foreign technology into domestic facilities. Only CONUS project references will be allowed for the small business factor.
- Cost & Pricing Data: Not required when FAR 15.403-1(b) exceptions apply; FAR Cost Accounting Standards clauses will be included for specific scenarios.
- FAR Clauses: FAR 52.246-23, 52.246-25, and 52.246-24 are not applicable to Construction and A&E Services contracts. FAR 52.249-14 (Excusable Delays) has been included.
Additional Notes
This is an informational pre-solicitation notice and not an RFP. The official RFP will be published on Procurement Integrated Enterprise Environment under the new solicitation number. Interested parties are responsible for monitoring SAM.gov for the formal solicitation and any amendments.