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 seeking Total Small Business firms for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This contract will provide Military Design-Build and General Construction services within the Jacksonville District's boundaries. The total contract ceiling is $80,000,000.00, shared among all MATOC holders. Phase I proposals are anticipated to be due on or about June 30, 2026.
Scope of Work
This MATOC will support military projects requiring Design-Build (DB) and General Construction, renovation, and repair. Services include, but are not limited to, new builds, demolition, renovation, and repairs for various facility types (commercial, industrial, military, logistical) where general construction trades are typically used. Tasks may also involve remediation of real and personal property facilities, covering architectural, structural, roofing, mechanical, HVAC, plumbing, electrical, fire protection, and life safety systems. Incidental tasks may include preliminary assessments for specific facility concerns (e.g., lead-based paint, asbestos, system testing). Task Orders may be issued for construction services or design-build services, but not for design services only.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP) Multiple Award Task Order Contract (MATOC)
- Total Ceiling: $80,000,000.00
- Task Order Magnitude: Not less than $25,000.00
- Duration: One base year plus four one-year option periods
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Small Business Size Standard: $45,000,000
- Anticipated Magnitude of Construction: $25,000,000 - $100,000,000
- Set-Aside: Total Small Business
- Solicitation Release (Anticipated): On or about Thursday, May 14, 2026
- Response Date (Anticipated): On or about Tuesday, June 30, 2026
- Published Date: April 30, 2026
Evaluation
This acquisition will use 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 required for Phase I.
- Phase II Selection: Up to five most highly qualified offerors from Phase I will be invited to participate in Phase II.
- 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 (https://P-iee.eb.mil/). Interested vendors must REGISTER AS AN INTERESTED VENDOR on sam.gov to receive amendments. Registration in the System for Award Management (SAM) at https://sam.gov is required to receive an award. Pre-proposal conference information will be provided with the solicitation posting.