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), Pennsylvania. This Total Small Business Set-Aside opportunity aims to establish Indefinite Delivery-Indefinite Quantity (IDIQ) contracts for maintenance, repair, and construction services. The government intends to award contracts to all qualifying offerors. Proposals are due March 9, 2026, at 5:00 PM EST.
Opportunity Details
This requirement is for a five-calendar year ordering period with a total maximum ceiling of $200,000,000. Task orders will be Firm Fixed Price, ranging 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 may exceed this. The minimum guarantee per contract is $200.
Scope of Work
The MATOC will cover depot-wide minor construction, repairs, maintenance alterations, emergency services, and renovations. This includes providing all necessary labor, equipment, tools, materials, supervision, and transportation. Design-build task orders will be included. All work must comply with TYAD Master Specifications and the Installation Planning Design Guide, and contractors must have a 24-hour response capability for ongoing task orders.
Eligibility & Requirements
This is a Total Small Business Set-Aside under NAICS code 236220 (Small Business Size Standard: $45 million). Task orders may be further set aside for other socio-economic programs (e.g., 8(a), HUBZone, SDVOSB, WOSB). 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, including TCR and DART rate data for CY2021, CY2022, CY2023, CY2024, and CY2025.
- A quality control plan.
- CMMC Level 2 (Self) for all information systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
- Registration in SAM under NAICS 236220.
Submission & Evaluation
Proposals are due by March 9, 2026, at 5:00 PM EST. All proposal files must be emailed directly to Mr. Justin Marino (justin.m.marino2.civ@army.mil) and Mr. Brian Souter (Brian.J.Souter.civ@army.mil). Evaluation will consider Technical factors (Bonding Capacity, Safety Program, Quality Control) and Past Performance, weighted equally. Cost/Price will be evaluated at the task order level. Past performance will be assessed via Past Performance Questionnaires (Attachment 3 Rev.1) for relevant federal, state, local, or commercial contracts (prime contractor, NAICS 236220, $350,000+ value). CPARS are not accepted in lieu of PPQs.
Key Updates & Notes
- Amendment 0001 removed DoD SAFE submission requirements, mandating email submission.
- Amendment 0002 updated CMMC requirement to Level 2 (Self) and revised required safety data years (CY2021-CY2025).
- A site visit was held on February 19, 2026.
- A bid guarantee is not required for this solicitation but may be required for future task orders.
- The proposal due date will not be extended.