Small Business 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, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC). This IDIQ contract is for Design-Bid-Build vertical and horizontal construction projects with a total pool value not to exceed $90,000,000 over a five-year ordering period. This is a 100% Small Business Set-Aside. Proposals are due by February 19, 2026.
Scope of Work
The MATOC will cover a broad range of construction services, including new construction, rehabilitation, renovation, repair, modification, alterations, and preventative maintenance. Specific areas include Building Construction & Renovation, Mechanical/HVAC, Roofing & Building Envelope Repair, Anti-Terrorism Force Protection (ATFP), and Horizontal Construction. Projects will typically range from $500,000 to $10 million. Work will primarily be performed within the New England District's geographical boundaries (VT, ME, NH, MA, RI, CT) and New York, with potential for work across the USACE North Atlantic Division Region and continental United States. This MATOC is not intended for Design-Build projects. Hazardous materials, specifically asbestos abatement, are required for some projects.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract. Task Orders will be Firm Fixed Price.
- Period of Performance: Five (5) year ordering period.
- Estimated Total Contract Value: $90,000,000 for the MATOC pool.
- Minimum Guarantee: $10,000 per awardee over the life of the contract.
- Anticipated Awards: Up to five (5) contracts.
- Set-Aside: 100% Small Business Set-Aside (NAICS code 236220 with a $45 million size standard).
Submission & Evaluation
- Proposal Due Date: February 19, 2026, at 1:00 PM local time.
- Submission Method: Electronically. Volume 1 submissions are accepted in PDF format, in addition to native file formats.
- Evaluation Basis: Best value trade-off.
- Key Requirements:
- Offerors must have an active registration in SAM.gov.
- Project Managers must possess a college degree in architecture, engineering, or construction management, and hold an active Professional Engineer (PE) or Registered Architect (RA) license. This individual does not need to be an employee of the prime contractor.
- Site Superintendents cannot concurrently serve as the CQC Manager or SSHO.
- Past performance projects must be 100% complete at the original solicitation date. Joint Venture (JV) experience is accepted, and offerors should articulate the value of work performed by subcontractors.
- Price proposals must be offeror-derived, utilizing Attachment A (Prime Binding Rates Excel Sheet).
- Bid Bonds, Performance, and Payment Bonds are required for individual Task Orders, but not for the initial IDIQ proposal submission.
- Managerial Approach, Safety (EMR Rating), and Key Personnel are not required submissions; if included, they count against page limitations.
- Requests for Information (RFIs): Must be submitted via email no later than one week prior to the proposal due date.
Contacts
- Primary: Elizabeth Glasgow, elizabeth.k.glasgow@usace.army.mil, 9783188671
- Secondary: Erin Bradley, erin.e.bradley@usace.army.mil, 9783188195