Postwide Construction 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 Department of the Army is soliciting proposals for a Postwide Construction Multiple Award Task Order Contract (MATOC) at Aberdeen Proving Ground, MD. This Firm-Fixed Price, Indefinite Delivery, Requirements-Type contract is a competitive 8(a) set-aside for construction services. The anticipated ceiling is approximately $121.3M over a five-year base period plus a six-month extension. Proposals are due March 19, 2026.
Scope of Work
Contractors will provide all personnel, equipment, supplies, and services necessary to perform post-wide construction. This includes, but is not limited to, real property maintenance, alteration, renovation, new construction, building demolition and repair, base utility maintenance and repair, and environmental-related services. All work must adhere to the Performance Work Statement (PWS), specifications, and terms and conditions.
Contract Details
- Contract Type: Multiple Award, Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ)
- Duration: Five (5) year base period with a six (6) month extension option
- Estimated Value: Minimum guaranteed amount of $10,000.00 per MATOC contractor; anticipated not-to-exceed ceiling of approximately $121.3M.
- Set-Aside: Competitive 8(a) Set-Aside (NAICS 236220, Size Standard $45M)
- Place of Performance: Aberdeen Proving Ground, MD
Key Dates & Submission
- Questions Due: January 28, 2026, 10:00 AM
- Site Visit: March 11, 2026, 10:30 AM. Meet at 6565 Surveillance Loop, Bldg 6001 (Myers Auditorium) parking lot. RSVP to debora.c.cardosothelen.civ@army.mil and barbara.d.cousins.civ@army.mil. Max 2 attendees per bidder. Allow 45-60 minutes for visitor pass at 6217 Visitors Ln.
- Proposal Due: March 19, 2026, 10:00 AM.
- Submission Method: Proposals shall be submitted to
usarmy.apg.acc.mbx.facilities-construction-proposals@army.milafter Amendment 1 and RFI responses are posted. Contractors are advised to withhold submission until then. DOD Safe is no longer available.
Evaluation Criteria
Proposals will be evaluated based on a best value trade-off, considering Technical (most important), Past Performance, and Price. Technical and Past Performance combined are significantly more important than Price. Offerors must be rated at least acceptable for all factors. A Past Performance Assessment questionnaire (Appendix D) will be used to gather information on offerors' past performance.
Important Notes
The Government is actively working on Amendment 1 and RFI responses. Bidders should continuously monitor SAM.gov for updates. Performance and payment bonds will be required at the task order level.