Synopsis for 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 Mission and Installation Contracting Command – Theater Support Center anticipates releasing a solicitation for a National Capital Region (NCR) Multiple Award Task Order Contract (MATOC). This Firm Fixed Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) contract will cover facility sustainment, restoration, and modernization (SRM), including renovation, repairs, and minor construction, across seven U.S. Army installations within or near the NCR. This effort supports the U.S. Army Installation Management Command (IMCOM) Installation Directorate – Sustainment (ID-Sustainment). The solicitation is anticipated to be a Total Small Business Set-Aside.
Scope of Work
The MATOC will procure all labor for SRM projects identified in each installation's Annual Work Plan. Projects may include, but are not limited to, barracks, administrative facilities, museums, airfield structures, roads, public safety facilities, athletic fields, utilities, gates, cemeteries, warehouses, auditoriums, and research and development facilities. The seven installations are:
- U.S. Army Garrison Aberdeen Proving Ground (USAG-APG)
- Fort Belvoir (USAG-FBVA)
- Fort Detrick (USAG-DETI)
- Fort George G. Meade (USAG-Meade)
- Fort Walker (USAG-Walk)
- Joint Base Myer-Henderson Hall (USAG-Myer)
- Arlington National Cemetery (ANC)
Contract & Timeline
- Contract Type: FFP IDIQ Multiple Award Task Order Contract (MATOC)
- Set-Aside: Total Small Business Set-Aside (FAR Part 15)
- NAICS Code: 236210, Industrial Building Construction (Size Standard: $45,000,000.00)
- Period of Performance: A five (5) year Ordering Period (July 30, 2026 – July 29, 2031) plus two (2) one-year Option Periods (July 30, 2031 – July 29, 2032; July 30, 2032 – July 29, 2033).
- Synopsis Published: February 18, 2026
- Synopsis Response Due: March 2, 2026
- Anticipated Solicitation Release: On or around March 4, 2026, on SAM.gov. The specific proposal due date will be provided in the final RFP.
Evaluation
Award will utilize a Best Value Lowest Price Technically Acceptable (LPTA) source selection methodology. Evaluation criteria will focus on acceptable/unacceptable ratings for Technical and Past Performance, as detailed in the final RFP.
Submission Requirements
Proposals, once the official solicitation is posted, must be delivered through the Solicitation Module in Procurement Integrated Enterprise Environment (PIEE). Offerors are responsible for completing PIEE registration and training prior to the anticipated solicitation close date. Active registration in SAM.gov is required for award eligibility. Interested parties should monitor SAM.gov for updates and amendments.
Points of Contact
- Contracting Officer: Danette Wilson (danette.d.wilson.civ@army.mil)
- Contract Specialist: Amy Hahka (amy.k.hahka.civ@army.mil)