DRAFT RFP - National Capital Region (NCR) Multiple Award Task Order Contract (MATOC)

SOL #: W51EW7-26-R-A002Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC TSC
FORT A P HILL, VA, 22427, United States

Place of Performance

Place of performance not available

NAICS

Industrial Building Construction (236210)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 18, 2026
2
Last Updated
Mar 13, 2026
3
Response Deadline
Feb 25, 2026, 8:00 PM

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 is seeking industry feedback on a Draft Request for Proposal (RFP) for the National Capital Region (NCR) Multiple Award Task Order Contract (MATOC). This Total Small Business Set-Aside aims to procure facility sustainment, restoration, and modernization (SRM), renovation, repairs, and minor construction services for seven Army installations and Arlington National Cemetery within the NCR. The government anticipates awarding up to thirteen (13) Firm-Fixed-Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts. Comments/questions on the draft are due by March 6, 2026, 10:00 am CT.

Scope of Work

The MATOC will cover minor construction, SRM, small renovations, modernization, demolition, and restoration services. This includes various engineering areas such as electrical, environmental, mechanical, and structural work across a wide range of facility types (e.g., barracks, administrative facilities, training facilities, utilities, roads). Excluded services include recurring facilities engineering support like utility plant operation, custodial, grounds maintenance, refuse collection, A-E services, and Design-Build requirements. The period of performance is a five-year base ordering period with two (2) one-year option periods, totaling seven years.

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.
  • Minimum Guarantee: $5,000.00 for the 5-year ordering period.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 236210 (Industrial Building Construction) with a $45,000,000 size standard.
  • PSC: Z2JZ (Repair Or Alteration Of Miscellaneous Buildings).

Submission & Evaluation

This is a DRAFT RFP for industry feedback. Offerors are requested to provide comments/questions using Attachment 0005 - NCR MATOC DRAFT RFP Questions. The final RFP will utilize a Best Value Lowest Price Technically Acceptable (LPTA) source selection procedure. Proposals will be submitted electronically via PIEE and evaluated on three factors:

  1. Technical Capability Approach: Including Management and Staffing, and a Seed Project (RFP Attachment 0004).
  2. Past Performance: Assessing recent and relevant performance.
  3. Cost/Price: Evaluated for completeness, balance, and reasonableness. A rating of "Acceptable" is required for Technical Capability and Past Performance to be considered for award. The government may use AI tools to assist in proposal analysis.

Key Dates & Contacts

  • Comments/Questions Due: March 6, 2026, 10:00 am CT.
  • Final RFP Anticipated: On or around February 27, 2026.
  • Proposals Anticipated Due: On or around April 10, 2026.
  • Contracting Officer: Danette Wilson (danette.d.wilson.civ@army.mil)
  • Contract Specialist: Amy Hahka (amy.k.hahka.civ@army.mil)

Additional Notes

All documents provided are in draft form and subject to change. The government's final requirements will be provided with the release of the final RFP. Offerors must be certified small businesses with active SAM registration and a CAGE Code at the time of submission, award, and throughout the contract duration.

People

Points of Contact

Danette WilsonPRIMARY
Amy HahkaSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Solicitation
Posted: Mar 13, 2026
View
Version 4
Special Notice
Posted: Feb 18, 2026
View
Version 3
Pre-Solicitation
Posted: Feb 18, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Feb 18, 2026
Version 1
Special Notice
Posted: Feb 18, 2026
View