Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
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 is soliciting proposals for Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot (TYAD). This Total Small Business Set-Aside aims to establish Indefinite Delivery-Indefinite Quantity (IDIQ) contracts for maintenance, repair, and construction services. The total maximum ceiling is $200,000,000 over a five-calendar year ordering period. Proposals are due by March 16, 2026, at 5:00 PM EST.
Scope of Work
This MATOC will cover a broad range of maintenance, repair, minor construction, and design-build construction services across Tobyhanna Army Depot. Task orders will be firm-fixed-price, typically ranging from $25,000 to $10,000,000, with the potential for individual task orders up to $100,000,000. Project durations are generally 365 calendar days or less, but can exceed this. Contractors must comply with TYAD Master Specifications and have a 24-hour response capability for ongoing task orders.
Contract Details
- Contract Type: Multiple Award Task Order Contract (MATOC) / IDIQ
- Period of Performance: Five-calendar year ordering period (September 2026 - September 2031)
- Estimated Total Maximum Ceiling: $200,000,000
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) under NAICS code 236220 (Small Business Size Standard: $45 million). Individual task orders may be set aside for other socio-economic programs.
- Place of Performance: Tobyhanna Army Depot, Tobyhanna, PA.
Submission & Evaluation
- Proposal Due Date: March 16, 2026, 5:00 PM EST (extended via Amendment 0003).
- Submission Method: Proposals must be emailed directly to Mr. Justin Marino (justin.m.marino2.civ@army.mil) and Mr. Brian Souter (Brian.J.Souter.civ@army.mil). The DoD SAFE requirement has been removed.
- Bonding Requirements: Offerors must demonstrate a minimum single project bonding threshold of $5,000,000 and an aggregate bonding threshold of $30,000,000.
- Past Performance: Past Performance Questionnaires (PPQs) must be completed using Attachment 3 Rev.1 and emailed to the contracting contacts. Completed CPARS are not acceptable in lieu of PPQs. Relevancy is defined as prime contractor experience under NAICS 236220 with a total contract value of $350,000 or greater.
- Cybersecurity: CMMC Level 2 (Self) is required for all information systems processing FCI or CUI (updated via Amendment 0002 and clarified in Amendment 0003).
- Safety Program: Total Recordable Incident Rate (TCR) and DART Rate data are required for CY2021, CY2022, CY2023, CY2024, and CY2025 (updated via Amendment 0002).
Key Amendments & Clarifications
- Amendment 0001: Removed DoD SAFE submission, updated PPQ submission to email.
- Amendment 0002: Updated CMMC to Level 2 (Self) and revised required TCR/DART rate calendar years.
- Amendment 0003: Extended the proposal due date to March 16, 2026, and further clarified CMMC and TCR/DART requirements.
- Site Visit: A site visit was held on February 19, 2026. No individual site visits will be considered.
- Seed Project: There will not be a "seed project" for this requirement.