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 / Army Contracting Command – Aberdeen Proving Ground (ACC-APG) is conducting market research via a Sources Sought Notice for a Postwide Construction Multiple Award Task Order Contract (MATOC). This effort aims to identify qualified 8(a) small businesses capable of providing comprehensive construction and real property services. Responses are due by April 29, 2026, at 10:00 AM EST.
Scope of Work
The MATOC will encompass a broad range of construction and related services, including:
- Facility maintenance, repair, and alteration
- Renovation and new construction
- Building demolition
- Base utility system maintenance and repair
- Environmental and industrial hygiene services (e.g., asbestos/lead abatement, soil/gas analysis, UXO monitoring) Contractors must furnish all necessary labor, equipment, materials, tools, supervision, transportation, insurance, and bonding.
Contract Details
- Type: Firm-Fixed-Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) MATOC
- Set-Aside: 8(a) Competitive Set-Aside (up to five awards anticipated)
- Estimated Value: ~$124 Million
- Duration: Five-year base period with a six-month option period
Performance Locations
Work will be performed at various installations and surrounding areas, including:
- Aberdeen Proving Ground (Aberdeen Area & Edgewood Area)
- Graces Quarters & Carroll Island
- Churchville Test Area
- Blossom Point Research Facility
- Adelphi Laboratory Center
- Additional designated areas in Harford and Baltimore Counties, Maryland
Submission Requirements
Interested 8(a) firms must submit a Capabilities Statement (maximum 10 pages) demonstrating their ability to perform the required services. Key elements include:
- Company Profile: Name, address, POC, CAGE, UEI, 8(a) status, primary NAICS 236220 (Small Business Size Standard: $45M).
- SAM Registration: Confirmation of active registration.
- Capability Statement: Evidence of organizational/staff capability, experience in construction/renovation/demolition/utilities/environmental services, past performance, experience on military installations, QA/QC procedures, and ability to meet timelines.
- Teaming Arrangements: Description of subcontracting approach, roles, and management structure (if applicable).
- Bonding Capacity: Surety letter confirming minimum $15M bonding capacity.
Important Notes
This is a Sources Sought notice for market research only and does not constitute a formal solicitation. The Government intends to issue a solicitation amendment for W56ZTN-26-R-0004. No phone calls or email inquiries regarding the status of any future solicitation will be accepted prior to its official release.
Submission Deadline: April 29, 2026, 10:00 AM EST. Submit via email to: Debora Thelen (debora.c.cardosothelen@army.mil) and Donna Poteat (donna.n.poteat.civ@army.mil).