Synopsis for National Capital Region (NCR) Multiple Award Task Order Contract (MATOC)

SOL #: W51EW7-26-R-A002Special Notice

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
Action Date
Feb 27, 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, Mission and Installation Contracting Command – Theater Support Center (MICC TSC), 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 of real property. The effort supports the U.S. Army Installation Management Command (IMCOM) Installation Directorate – Sustainment (ID-Sustainment) across seven Army installations within or near the NCR. This is a Total Small Business Set-Aside (SBSA) under NAICS Code 236210, Industrial Building Construction, with a $45,000,000.00 size standard. The solicitation is anticipated on February 27, 2026, with proposals due around April 10, 2026.

Scope of Work

The contract will procure all labor necessary to complete SRM identified in each installation’s Annual Work Plan. This includes minor construction, small renovations, modernization, demolition, and restoration, encompassing various engineering areas such as electrical, environmental, mechanical, and structural. Potential projects 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, development, and testing facilities. Exclusions include recurring facilities engineering support services like utility plant operation, custodial, grounds maintenance, A-E services, and Design-Build requirements. Site-specific requirements are detailed in Attachment 1.4.

Contract Details

  • Contract Type: FFP IDIQ 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) plus two (2) one-year Option Periods (July 30, 2031 – July 29, 2033).
  • Minimum Guarantee: $5,000.00 for the 5-year ordering period.
  • Set-Aside: Total Small Business Set-Aside (SBSA). Offerors must be certified small businesses with active SAM registration and CAGE Code.
  • NAICS: 236210, Industrial Building Construction, with a $45,000,000.00 size standard.

Submission & Evaluation

  • Methodology: Best Value Lowest Price Technically Acceptable (LPTA) source selection, based on acceptable/unacceptable evaluation criteria for Technical and Past Performance.
  • Evaluation Factors: Proposals will be evaluated on three factors: Technical Capability Approach (including Management and Staffing, and Seed Project), Past Performance (Prime Offeror only), and Cost/Price. A rating of "Acceptable" is required for Technical Capability and Past Performance.
  • Proposal Submission: Electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Offerors are responsible for PIEE registration and training.
  • Proposal Volumes: Technical Capability Approach, Past Performance, and Cost/Price.
  • Pricing: Proposals will utilize the DRAFT Contractor Bid Sheet (Attachment 0006) and adhere to Not-To-Exceed (NTE) rates for labor and percentages for G&A/Profit as per Attachment 0002.
  • Questions: For the final RFP, questions are due by March 6, 2026, at 10:00 am CT. Questions for the Draft RFP were due by February 25, 2026.
  • Government Rights: The government may award without discussions and reserves the right to use AI tools to assist in proposal analysis.

Key Dates

  • Anticipated Solicitation Release: February 27, 2026
  • Questions Due (Final RFP): March 6, 2026, 10:00 am CT
  • Anticipated Proposal Due: April 10, 2026
  • Ordering Period Start: July 30, 2026

Contacts

People

Points of Contact

Danette WilsonPRIMARY
Amy HahkaSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

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