Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
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 US Army Engineer District Walla Walla is soliciting proposals for a Northwestern Division Crane Multiple-Award Task Order Contract (MATOC). This Indefinite Delivery Indefinite Quantity (IDIQ) contract focuses on crane replacement, rehabilitation, and related services across 11 states. Up to five contracts will be awarded based on a Best Value Trade-Off. Proposals are due February 6, 2026.
Scope of Work
This MATOC will cover the provision of new cranes, hoists, and lifting devices, as well as the rehabilitation, repair, replacement, and upgrading of worn components of existing crane systems. This includes various crane types (overhead bridge, gantry, underhung monorail, pedestal, derrick) and associated equipment. Work may also involve metals-based paint, asbestos and hazardous material removal, painting, final inspections, and testing services. Project locations span Colorado, Idaho, Iowa, Kansas, Missouri, Montana, Nebraska, North Dakota, Oregon, South Dakota, Washington, and Wyoming.
Contract Details
- Type: Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
- Duration: 3-year base period with one 2-year option period (total 5 years)
- Total Capacity: Not to exceed $499,320,000, shared among awardees
- Minimum Guarantee: $10,000 per awardee
- Task Order Values: Minimum $2,500, Maximum $50,000,000
- Awards: Up to five IDIQ contracts
- Task Order Types: May be Design-Build or Design-Bid-Build, primarily firm-fixed-price, but can be Time and Materials (T&M) or Labor Hour if necessary.
- Set-Aside: No specific set-aside is mentioned for the MATOC award itself.
Submission & Evaluation
This is a two-phase source selection process based on Best Value Trade-Off.
- Phase One: Evaluation of Qualifications & Certifications, Technical Approach, and Past Performance. The top five most qualified firms will be selected for Phase Two.
- Qualifications for the Designer of Record have been revised for more flexibility.
- The timeframe for relevant past performance projects has been extended from seven to ten years.
- Offerors must provide written consent for major subcontractor past performance disclosure under specific conditions.
- A maximum of eight (8) total projects are allowed for the prime contractor and all major subcontractors combined, awarded within the past ten years or currently in performance (Government and commercial contracts are acceptable).
- Phase Two: Evaluation of Work Plan, Small Business Participation, and Price.
- The requirement for an outline of how effort will be assigned within the corporate entity and among subcontractors has been moved from Factor 3 (Past Performance) to Factor 2 (Technical Approach).
- Proposals must be submitted electronically.
- Bid Guarantee: Required (20% of bid price or $3,000,000, whichever is less).
Key Requirements / Notes
- Small Business Participation Plan: All Offerors must complete and submit a plan detailing proposed small business involvement (prime and/or subcontractors) across various categories (SDB, HUBZone, WOSB, VOSB, SDVOSB, HBCU/MI). This plan is a factor in evaluation.
- Past Performance Questionnaire (PPQ-0): This form is used by past clients to assess contractor performance and is critical for evaluation.
- Project Labor Agreements (PLAs) may be required at the Task Order level.
Deadlines & Contacts
- Proposal Due Date: February 6, 2026, 10:00 PM PST.
- Primary Contact: Chandra D. Crow, chandra.d.crow@usace.army.mil, 509-527-7202.
- Secondary Contact: LeAnne R. Walling, leanne.r.walling@usace.army.mil, 509-527-7230.