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 (USACE), is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC). This Total Small Business Set-Aside aims to secure Design-Bid-Build construction services for vertical and horizontal projects. The total shared capacity for the MATOC pool is $90,000,000 over a five-year ordering period, with up to five (5) contracts anticipated. Proposals are due February 19, 2026, at 1:00 PM local time.
Scope of Work
This MATOC will cover a broad range of construction services, including 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 primarily be 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 the continental United States. Task Orders will typically range from $500,000 to $10 million.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract. Task Orders will be Firm Fixed Price.
- Total Shared Capacity: Not to exceed $90,000,000 for the MATOC pool.
- Ordering Period: Five (5) years.
- Minimum Guarantee: $10,000 per awardee over the life of the contract.
- Anticipated Awards: Up to five (5) contracts.
- NAICS Code: 236220 (Size Standard: $45 million).
Eligibility & Submission
This is a 100% Small Business Set-Aside. Offerors must have an active registration in SAM.gov. Proposals must be submitted electronically. The basis of award is best value trade-off. Original Bid Guarantees (Bid Bonds) are required for Task Orders, but not for the initial IDIQ proposal submission. Performance and Payment Bonds will also be required for task orders. Requests for Information (RFIs) must be submitted via email no later than one week prior to the proposal due date.
Key Clarifications & Amendments
- Proposal Due Date: Extended to February 19, 2026.
- 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 does not need to be employed by the prime contractor.
- Personnel Roles: The Site Superintendent cannot also serve as the CQC Manager or the SSHO. For the seed project, offerors must include a Superintendent, SSHO, and CQC Manager for pricing.
- Past Performance: Projects must be 100% complete at the time of the original solicitation date. Joint Venture (JV) experience is accepted if the offeror was a partner, and for new JVs, experience must be submitted for both firms.
- Submission Format: Volume 1 submissions will now be accepted in PDF format, in addition to native file formats.