SAA Construction 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 U.S. Army Corps of Engineers (USACE), Caribbean District, is conducting a Sources Sought for a potential Multiple-Award Task Order Contract (MATOC) for design-build and design-bid-build construction projects in Puerto Rico and/or the U.S. Virgin Islands. This market research aims to identify interested and capable firms. The MATOC is anticipated to have a maximum five-year ordering period with a capacity between $99M and $249.9M shared among awardees. Individual task orders are expected to range from $500,000 to $80,000,000. Capabilities statements are due by May 29, 2029, at 1:00 PM Atlantic Standard Time (AST).
Scope of Work
The MATOC's scope will cover construction requirements for new facilities, real property repair, alterations, and maintenance in support of the U.S. Department of War, other U.S. agencies, and state/local governments in Puerto Rico and the U.S. Virgin Islands. Work includes, but is not limited to, new building construction, general repairs, alterations, renovation, road and pavement repair, general environmental work, minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remedial work (hazardous waste abatement and disposal). There is also potential for water and power infrastructure, generation, transmission, and distribution projects.
Contract & Timeline
- Type: Sources Sought (for future DB-DBB MATOC)
- NAICS: 236220 - Commercial and Institutional Building Construction
- Estimated MATOC Capacity: $99M - $249.9M (shared)
- Estimated MATOC Base Contract Magnitude: $25M - $100M
- Individual Task Order Magnitude: $500,000 - $80,000,000 (practical ceiling)
- Ordering Period: Maximum five years
- Anticipated RFP Release: August 2026
- Anticipated Ordering Period Start: March 2027
- Response Due: May 29, 2029, 1:00 PM AST
- Published: May 5, 2026
Capabilities Statement Requirements
Interested vendors must submit a capabilities statement (max five pages) addressing:
- Company information (name, address, CAGE, UEI, POC).
- Experience in similar work (prime, JV, sub) in PR/USVI, Federal projects (DOW/USG), new construction/major renovations/O&M, horizontal/vertical construction, water/power infrastructure, multiple concurrent projects, Design-Build (including A/E firm experience).
- Cybersecurity Maturity Model Certification (CMMC) level, if applicable.
- Bonding capacity (single and aggregate).
- Interest in specific geographic configurations: combined PR/USVI, PR only, or USVI only.
- Feasibility of combining standard vertical construction with major infrastructure projects, including execution strategy (self-perform, specialized subcontractors, JV/Teaming) or identified limitations.
Additional Notes
This is a Sources Sought notice for market research purposes only and does not constitute a solicitation. Submissions will assist the Government in shaping the acquisition strategy.