Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Military Design-Build and Construction Projects related to General Construction within the Boundaries of the U.S. Army Corps of Engineers (USACE),
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 Corps of Engineers (USACE), Jacksonville District (SAJ), is issuing a Presolicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This Total Small Business Set-Aside opportunity is for Military Design-Build and General Construction Projects, including renovation and repair requirements within the District. The solicitation is anticipated on or about May 14, 2026, with proposals due on or about June 30, 2026.
Scope of Work
This MATOC will provide Design Build (DB) and General Construction services, encompassing new builds, demolition, renovation, and repairs for predominant military projects. The scope includes various facility types such as commercial, industrial, military, and logistical. Services cover architectural, structural, roofing, carpentry, masonry, mechanical, HVAC, plumbing, electrical, fire protection, life safety systems, instrumentation, industrial controls, and interior design. Tasks may also involve industrial process equipment, water control structures, energy management systems, and incidental preliminary assessments (e.g., for lead-based paint or asbestos). Task Orders may be issued solely for construction or solely for design-build services; design-only services are excluded.
Contract & Timeline
This will be a Firm-Fixed Price (FFP) MATOC with a total shared capacity not exceeding $80,000,000.00 among all awardees. Individual task orders are expected to be no less than $25,000. The contract will have a base period of one year and four one-year option periods, totaling five years. The NAICS code is 236220 (Commercial and Institutional Building Construction) with a small business size standard of $45,000,000. The anticipated magnitude of construction per DFARS 236.204 is $25,000,000 - $100,000,000.
- Solicitation Issue: On or about May 14, 2026
- Proposal Due: On or about June 30, 2026
- Published Date: April 30, 2026
Evaluation
This procurement will utilize Two-Phase Design Build procedures (FAR subpart 36.3). The Government intends to award a target of five base IDIQ contracts.
- Phase I Evaluation Factors: (1) Past Performance for Prime Contractor, (2) Past Performance of A/E Firm of Record, and (3) Overall Technical Approach. Price is not a submission requirement for Phase I.
- Phase II Evaluation Factors: (4) Design Technical and Schedule of Seed Project, and (5) Price.
Additional Notes
The solicitation will be issued in electronic format only via the Procurement Integrated Enterprise Environment (PIEE) website. Interested vendors must register as an interested vendor on sam.gov to receive amendment notifications and must be registered in the System for Award Management (SAM) to receive an award. Information regarding a pre-proposal conference will be provided with the solicitation posting.