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), PA. 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 for all awards is $200,000,000 over a five-year ordering period. Proposals are due March 9, 2026, at 1:00 PM local time.
Scope of Work
The MATOCs will provide depot-wide minor construction, repairs, maintenance alterations, emergency services, and renovations. Services include labor, equipment, tools, materials, supervision, and transportation, performed under individual Firm-Fixed-Price Task Orders (TOs). TOs may range from $25,000 to $10,000,000, with the potential for single TOs up to $100,000,000. Project durations are typically 365 calendar days or less but can exceed this. Contractors must comply with TYAD Master Specifications and maintain a 24-hour response capability for ongoing task orders.
Contract Details
- Contract Type: Multiple Award Task Order Contract (MATOC) / Indefinite Delivery Indefinite Quantity (IDIQ).
- Period of Performance: Five-calendar year ordering period, anticipated from September 2026 through September 2031.
- Estimated Total Maximum Ceiling: $200,000,000 across all awarded contracts.
- Minimum Guarantee: $200 per awarded contract.
- Set-Aside: Total Small Business Set-Aside under NAICS code 236220 (Small Business Size Standard: $45 million). Individual task orders may be further set aside for other socio-economic programs (e.g., 8(a), HUBZone, SDVOSB, WOSB).
Submission & Evaluation
- Proposals Due: March 9, 2026, 1:00 PM local time.
- Submission Method: Electronically via the DoD SAFE Service site (https://safe.apps.mil).
- Proposal Validity: Minimum of 120 days.
- Evaluation Factors: Technical (Bonding Capacity, Safety Program, Quality Control) and Past Performance, weighted equally. Cost/Price will be evaluated at the task order level.
- Eligibility: Offerors must be registered in SAM under NAICS 236220.
- Key Requirements: Offerors must demonstrate a minimum single project bonding capacity of $5,000,000 and an aggregate bonding capacity of $30,000,000. A comprehensive safety narrative, five years of TCR and DART rate data, and a quality control plan are required.
Important Notes
- A site visit is scheduled for Thursday, February 19, 2026, at 9:00 AM EST at Tobyhanna Army Depot. Reservations are required.
- Questions must be submitted in writing via email to justin.m.marino2.civ@army.mil no later than February 27, 2026 (10 days before closing).
- A bid guarantee is not required for this solicitation but may be required for future task orders.
- Refer to Solicitation W51AA126RA0002 and its attachments for complete details, including the TYAD Master Specifications and the Past Performance Questionnaire.