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 U.S. Army Mission and Installation Contracting Command (MICC) is soliciting proposals for a National Capital Region (NCR) Multiple Award Task Order Contract (MATOC) to provide facility sustainment, restoration, and modernization (SRM) services. This Total Small Business Set-Aside aims to award up to thirteen (13) Firm-Fixed Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts. Services will support seven Army installations and Arlington National Cemetery within the NCR. Proposals are due May 8, 2026, at 2:00 PM CT.
Scope of Work
This MATOC covers minor construction, renovation, repairs, and SRM of real property. Work will be executed under individual Task Orders (TOs) issued by the installations' Directorates of Public Works (DPW). The scope encompasses various engineering areas, including electrical, environmental, mechanical, and structural, for facilities such as barracks, administrative buildings, child development centers, maintenance shops, and roads.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC).
- Number of Awards: Up to thirteen (13) MATOC holders.
- Period of Performance: A five (5) year ordering period (July 30, 2026 - July 29, 2031) with two (2) one-year option periods, totaling seven (7) years.
- Value: Minimum guarantee of $5,000.00 per MATOC contract; maximum ceiling of $1,050,778,375.
- Set-Aside: Total Small Business Set-Aside (NAICS Code 236210, Industrial Building Construction, with a $45,000,000 size standard). Offerors must be certified small businesses.
Submission & Evaluation
Proposals must be submitted electronically through the PIEE Solicitation Module. Evaluation will follow a Best Value Lowest Price Technically Acceptable (LPTA) source selection process. Proposals are organized into three volumes: Technical Capability Approach (75-page limit), Past Performance (35-page limit), and Cost/Price (no page limit). An "Acceptable" rating is required for both Technical Capability and Past Performance. Only the Seed Project pricing will be evaluated for the MATOC award. Past performance must be from the prime offeror, for 3-5 relevant government contracts valued at $1,000,000 or greater within the last seven years. Performance and Payment Bonds are required for the Seed Project. Proposals must be valid for 180 days.
Key Amendments & Clarifications
Amendment 0002, issued on April 20, 2026, extended the proposal due date to May 8, 2026, at 2:00 PM CT. It also notified offerors of a forthcoming amendment to answer previously submitted questions. The suspense for submitting questions has passed as of April 3, 2026. Amendment 0001 revised sections L and M of the solicitation and incorporated updated attachments, including Section L v5, Section M v4, and QA 0001. Offerors must acknowledge all amendments within their proposal submission.
Contact Information
Primary Point of Contact: Danette Wilson (danette.d.wilson.civ@army.mil) Secondary Point of Contact: Amy Hahka (amy.k.hahka.civ@army.mil)