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 8(a) Set-Aside opportunity seeks to establish a Firm-Fixed-Price, Indefinite Delivery, Requirements-Type contract for various construction services. Proposals are currently due by April 28, 2026, at 10:00 AM EST, but contractors are instructed to await Amendment 1 before submission.
Scope of Work
The contractor 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) and solicitation terms.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ) MATOC
- Period of Performance: Five (5) year base period with a six (6) month extension option.
- Set-Aside: Competitive 8(a) Set-Aside.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a size standard of $45.0M.
- Estimated Value: Minimum guaranteed amount of $10,000.00 per MATOC contractor, with an anticipated not-to-exceed ceiling of approximately $121.3M for the MATOC, including base and option periods.
Submission & Evaluation
- Proposal Due Date: April 28, 2026, at 10:00 AM EST. However, contractors are advised to withhold proposals until Amendment 1 and RFI responses are posted.
- Submission Method: Proposals shall be submitted via email to
usarmy.apg.acc.mbx.facilities-construction-proposals@army.milafter Amendment 1 is issued. The DOD SAFE site is no longer available. - Proposal Structure: Four volumes: Technical, Past Performance, Price, and Solicitation, Offer, Award Documents with Certifications.
- Evaluation Factors: Technical (most important), Past Performance, and Price. Technical and Past Performance combined are significantly more important than Price. A best value trade-off approach will be used, requiring offerors to be rated at least acceptable for all factors.
- Past Performance: A Past Performance Assessment questionnaire (Appendix D) will be used to evaluate offerors' performance on recent and relevant contracts.
Site Visit Information
A formal site visit was scheduled for March 11, 2026, at 10:30 AM.
- Meeting Point: Near the snow removal equipment on the north side of the parking lot at 6565 Surveillance Loop, Aberdeen Proving Ground, Building 6001, by the Myers Auditorium.
- RSVP: Required via email to
debora.c.cardosothelen.civ@army.milandbarbara.d.cousins.civ@army.mil. - Attendee Limit: Limited to 2 attendees per prospective bidder.
- Access: Personnel without DOD access must obtain a visitor pass at the Visitor Control Center (6217 Visitors Ln, adjacent to Rt. 715 Access Control Point). Arrive 45-60 minutes early for pass processing. Photography is prohibited.
Important Notes
The Government is currently finalizing updates to Amendment 1 and RFI responses. Further extensions to the RFP timeline may occur. Offerors must be registered in SAM under NAICS 236220 prior to award.