SOLICITATION - National Capital Region (NCR) 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, through HQ MICC, TSC, is soliciting proposals for a National Capital Region (NCR) Multiple Award Task Order Contract (MATOC). This contract will provide facility sustainment, restoration, and modernization (SRM), including renovation, repairs, and minor construction of real property across seven Army installations within or near the NCR. This is a Total Small Business Set-Aside with proposals due by April 24, 2026, 2:00 PM CT.
Scope of Work
The MATOC will support U.S. Army Installation Management Command (IMCOM) Installation Directorate - Sustainment (ID-Sustainment) by procuring labor for SRM activities identified in each installation's Annual Work Plan. Services encompass minor construction, small renovations, modernization, demolition, and restoration across various engineering areas (electrical, environmental, mechanical, structural). Potential projects include barracks, administrative facilities, child development centers, physical fitness centers, maintenance shops, food service facilities, ranges, museums, airfield structures, roads, public safety facilities, and underground utilities. Work will be performed at Aberdeen Proving Ground, Fort Belvoir, Fort Detrick, Fort George G. Meade, Fort A.P. Hill, Joint Base Myer-Henderson Hall, and Arlington National Cemetery.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) MATOC.
- Period of Performance: A five-year ordering period (July 30, 2026 - July 29, 2031) plus two one-year option periods, totaling seven years.
- Minimum Guarantee: $5,000.00 per MATOC contract for the 5-year ordering period.
- Maximum Ceiling: $1,050,778,375.
- NAICS Code: 236210, Industrial Building Construction, with a size standard of $45,000,000.00.
Submission & Evaluation
- Proposal Submission Deadline: April 24, 2026, 2:00 PM CT.
- Questions Deadline: April 3, 2026, 2:00 PM CT. Questions will be answered via amendment.
- Submission Method: Electronically through the PIEE Solicitation Module.
- Evaluation Methodology: Best Value Lowest Price Technically Acceptable (LPTA) Source Selection. Proposals must be organized into three volumes: Technical Capability Approach (including Management & Staffing, Seed Project, and MATOC Program Management), Past Performance, and Cost/Price. A rating of "Acceptable" is required for Technical Capability and Past Performance. The government may use AI tools for analysis, but final judgments will be made by personnel.
Key Attachments
- Solicitation W51EW726RA002.pdf: Main solicitation document.
- Attachment 0001 - NCR MATOC SOW 10FEB2026.pdf: Detailed Statement of Work.
- Attachment 0002 - NCR MATOC Rate Sheet - NTE.xlsx: Not-To-Exceed hourly labor rates and percentages for Overhead, G&A, and Profit.
- Attachment 0003 - Past Performance Questionnaire.docx: Form for past performance evaluation.
- Attachment 0004 - Seed Project SOW 25FEB2026.pdf: Details for the Seed Project, including conversion of Building 4504 into office space.
- Attachment 0006 - Contractor Bid Sheet.xlsx: Required pricing sheet for cost proposals.
- Attachment 0008 - NCR MATOC Section L v4.pdf: Instructions for proposal preparation.
- Attachment 0009 - NCR MATOC Section M v3.pdf: Evaluation criteria.
Contact Information
- Primary: Danette Wilson (danette.d.wilson.civ@army.mil)
- Secondary: Amy Hahka (amy.k.hahka.civ@army.mil)