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 (USACE), New England District, has issued a Solicitation for a Small Business Construction Multiple Award Task Order Contract (MATOC). This opportunity seeks qualified small businesses for Design-Bid-Build construction projects. Proposals are due February 19, 2026, at 6:00 PM ET.
Opportunity Overview
This MATOC aims to support the District's Military and Interagency Programs by providing full-service construction of real property facilities and/or their systems and components. The scope includes both vertical and horizontal construction services, such as new construction, rehabilitation, renovation, repair, modification, alterations, and preventative maintenance. Specific areas of work encompass Building Construction & Renovation, Mechanical/HVAC, Roofing & Building Envelope Repair, Anti-Terrorism Force Protection (ATFP), and Horizontal Construction. Projects will typically range from the simplified acquisition threshold up to approximately $10 million. The MATOC is not intended for Design-Build requirements.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract.
- Total Value: Not to exceed $90,000,000 for the entire MATOC pool.
- Awards: The government intends to award up to five (5) contracts.
- Period of Performance: Five (5) year ordering period.
- Task Orders: Firm Fixed Price, typically ranging from $500,000 to $10 million. A minimum guarantee of $10,000 per awardee applies over the life of the contract.
- Place of Performance: Primarily within the New England District's geographical boundaries (VT, ME, NH, MA, RI, CT) and New York, with potential for work throughout the USACE North Atlantic Division Region and continental United States.
Eligibility & Submission
This is a 100% Total Small Business Set-Aside under NAICS code 236220 (size standard $45 million). The procurement is open to all small business entities, including Women-Owned, HUBZone, and Service-Disabled Veteran-Owned businesses.
Proposals must be submitted electronically. Offerors must have an active registration in SAM.gov, and representations and certifications should be completed in SAM.gov or submitted with the proposal. Bid Bonds are NOT required for the initial IDIQ proposal submission but will be required for individual Task Orders, as will Performance and Payment Bonds. Volume 1 submissions are accepted in PDF format, but native file formats must also be provided. The basis of award is best value trade-off.
Key Evaluation Factors
- Project Manager Qualifications: Requires a college degree in architecture, engineering, or construction management, and an active Professional Engineer (PE) or Registered Architect (RA) license. This individual can be employed by the prime contractor or a subcontractor.
- Site Personnel: The Site Superintendent cannot also serve as the CQC Manager or the SSHO.
- Past Performance: Projects must be 100% complete at the original solicitation date. Relevant project submissions are measured within a seven-year period from the initial solicitation date. Joint Venture experience is accepted from prior JVs where the Offeror was a partner. Offerors should articulate the value of work performed by subcontractors.
- Pricing: An Excel spreadsheet (Attachment A) is provided for the Prime Binding Rates Price Proposal Breakdown.
Key Dates & Contacts
- Proposal Due Date: February 19, 2026, at 6:00 PM ET.
- Requests for Information (RFIs): Must be submitted via email no later than one week prior to the proposal due date.
- Primary Contact: Elizabeth Glasgow, elizabeth.k.glasgow@usace.army.mil, 978-318-8671.