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 opportunity aims to establish Indefinite Delivery-Indefinite Quantity (IDIQ) contracts for maintenance, repair, and construction services, with a total maximum ceiling of $200,000,000 over a five-calendar year ordering period. 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 cover depot-wide minor construction, repairs, maintenance alterations, emergency services, and renovations. This includes design-build projects. Contractors must provide non-personal services, including labor, equipment, tools, materials, supervision, and transportation, under individual Firm-Fixed-Price Task Orders (TOs). Task orders may range from $25,000 to $10,000,000, with potential for single task orders up to $100,000,000. Project durations are typically 365 calendar days or less but can exceed this. Awardees 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
- Set-Aside: Total Small Business Set-Aside under NAICS code 236220 (size standard $45 million). Task orders may be further set aside for SBA Certified 8(a), HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses.
Eligibility & Evaluation
Offerors must demonstrate a minimum single project bonding capacity of $5,000,000 and an aggregate bonding capacity of $30,000,000. Required submissions include a comprehensive safety narrative, five years of TCR and DART rate data, and a quality control plan. Past performance will be evaluated based on completed Performance Assessment Questionnaires (PPQs) using Attachment 3 (Rev.1), which must be emailed directly by the respondent. CPARS are not acceptable in lieu of PPQs. Relevant past performance includes services as a prime contractor under NAICS 236220 with a total contract value of $350,000 or greater, from federal, state, local, or commercial contracts. Technical factors (Bonding Capacity, Safety Program, Quality Control) and Past Performance are weighted equally. Cost/Price will be evaluated at the task order level. Offerors must be registered in SAM under NAICS 236220.
Submission & Key Dates
- Proposals Due: March 9, 2026, at 1:00 PM local time.
- 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). DoD SAFE requirements have been removed.
- Proposal Validity: Minimum of 120 days.
- Site Visit: A site visit was held on February 19, 2026.
- Questions: Submit in writing via email to justin.m.marino2.civ@army.mil no later than ten days before the solicitation closing date. The proposal due date will not be extended. A bid guarantee is not required for this solicitation but may be required for future task orders.