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 Indefinite Delivery-Indefinite Quantity (IDIQ) opportunity covers maintenance, repair, and construction services over a five-calendar year ordering period, with a total maximum ceiling of $200,000,000. This is a Total Small Business Set-Aside under NAICS code 236220 ($45 million size standard). The government intends to award contracts to all qualifying offerors. Proposals are due March 9, 2026, at 1:00 PM local time.
Scope of Work
The MATOC will provide non-personal services including labor, equipment, tools, materials, supervision, and transportation for depot-wide minor construction, repairs, maintenance alterations, emergency services, and renovations. Work will be performed under individual Firm Fixed-Price Task Orders (TOs), which may range from $25,000 to $10,000,000, with 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 Installation Planning Design Guide, 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 September 2026 through September 2031)
- Estimated Total Maximum Ceiling: $200,000,000
- Minimum Guarantee per Contract: $200
- Place of Performance: Tobyhanna Army Depot, Tobyhanna, PA 18466
Eligibility & Set-Aside
This is a Total Small Business Set-Aside under NAICS code 236220. Offerors must be registered in SAM under this NAICS. At the task order level, the contracting officer may set aside individual task orders for other socio-economic programs, including SBA Certified 8(a), Certified HUBZone Small Business Concerns, Small Business Service-Disabled Veteran Owned Business, and Women Owned Small Businesses.
Submission & Evaluation
- Proposals Due: March 9, 2026, 1:00 PM local time.
- Submission Method: Proposals must be emailed directly to Justin Marino (justin.m.marino2.civ@army.mil) and Brian Souter (Brian.J.Souter.civ@army.mil).
- Evaluation Factors: Technical (Bonding Capacity, Safety Program, Quality Control) and Past Performance are weighted equally. Cost/Price will be evaluated at the task order level.
- Key Requirements: Offerors must demonstrate a minimum single project bonding threshold of $5,000,000 and an aggregate bonding threshold of $30,000,000. A comprehensive safety narrative, TCR and DART rate data for the past five years, and a quality control plan are required. The revised Past Performance Questionnaire (Attachment 3 Rev.1) must be completed and submitted. Relevant past performance includes Federal, State, Local Government, or commercial contracts for similar services.
Important Notes
A bid guarantee is not required for this solicitation but may be required on future task orders. A site visit was held on February 19, 2026. No "seed project" will be issued with this MATOC.