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 comprehensive construction services. Proposals are due March 19, 2026, by 10:00 AM EST, but offerors are advised to withhold submission until Amendment 1 and RFI responses are posted.
Scope of Work
This MATOC requires contractors to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services for 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: Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: Five (5) year base with a six (6) month extension option.
- Minimum Guaranteed Amount: $10,000.00 per MATOC contractor.
- Anticipated Ceiling: Approximately $121.3M for the MATOC, including base and option periods.
- Payment Terms: Partial Payment - Net 14 days; Final Payment - Net 30 days.
Set-Aside & Eligibility
This acquisition is a competitive 8(a) set-aside. The NAICS code is 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0M. Offerors must be registered in SAM and be 8(a) certified prior to contract award.
Submission & Evaluation
Proposals require four volumes: Technical, Past Performance, Price, and Solicitation, Offer, Award Documents with Certifications. Evaluation will be based on a best value trade-off, with Technical and Past Performance combined being 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 evaluate prior contract performance.
Important Submission Update: Proposals shall be submitted via email to usarmy.apg.acc.mbx.facilities-construction-proposals@army.mil after Amendment 1 is posted. The DOD SAFE site is no longer available for submissions.
Key Updates & Deadlines
- Site Visit: A formal site visit was scheduled for March 11, 2026, at 10:30 AM. Attendees were instructed to RSVP by March 3, 2026. The updated meeting point is 6565 Surveillance Loop, APG building 6001, by Myers Auditorium. Personnel without DOD access must obtain a visitor pass at the Visitor Control Center (allow 45-60 minutes). Photography is prohibited.
- Amendment 1 & RFI Responses: The Government is working on Amendment 1 and RFI responses. Offerors are requested to withhold submitting proposals until these are posted.
- Proposal Due Date: March 19, 2026, 10:00 AM EST.
Contact Information
For inquiries, contact Debora Cristina Cardoso Thelen (debora.c.cardosothelen.civ@army.mil) or Barbara Cousins (barbara.d.cousins.civ@army.mil).