DRAFT 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, MICC TSC, has released a DRAFT Request for Proposal (RFP) for the National Capital Region (NCR) Multiple Award Task Order Contract (MATOC). This presolicitation seeks industry feedback on a Total Small Business Set-Aside opportunity for facility sustainment, restoration, and modernization (SRM), including renovation, repairs, and minor construction services across seven Army installations in the NCR. Comments and questions on this draft are due by February 25, 2026, at 2:00 PM CT.
Opportunity Details
This DRAFT RFP (W51EW726RA002) outlines requirements for a MATOC to provide SRM, renovation, repairs, and minor construction of real property. Services will be performed at U.S. Army Garrisons Aberdeen Proving Ground, Fort Belvoir, Fort Detrick, Fort George G. Meade, Fort A.P. Hill, Joint Base Myer-Henderson Hall, and Arlington National Cemetery. The primary NAICS code is 236210 (Industrial Building Construction), with a size standard of $45,000,000. The Product Service Code is Z2JZ (Repair Or Alteration Of Miscellaneous Buildings).
Contract Structure
The Government anticipates awarding up to thirteen (13) Firm-Fixed Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) MATOCs. The period of performance includes a five (5) year ordering period (July 30, 2026 - July 29, 2031) with two (2) one-year option periods, totaling seven years. A minimum guarantee of $5,000.00 is specified for the 5-year ordering period.
Submission & Feedback
This is a draft for industry engagement. Interested parties are requested to review the attached draft RFP and provide comments/questions using Attachment 0005 - NCR MATOC DRAFT RFP Questions (Excel spreadsheet). Feedback must be submitted via email to Contracting Officer Danette Wilson (danette.d.wilson.civ@army.mil) and Contract Specialist Amy Hahka (amy.k.hahka.civ@army.mil) by February 25, 2026, 2:00 PM CT. The Government anticipates releasing the final RFP around February 27, 2026, with proposals due around April 10, 2026.
Evaluation Criteria
Award will be based on a Best Value Lowest Price Technically Acceptable (LPTA) source selection process. Proposals will be evaluated on three factors: Technical Capability Approach (including Management and Staffing, and a Seed Project), Past Performance, and Cost/Price. Offerors must achieve an "Acceptable" rating for both Technical Capability and Past Performance to be considered for award. The Government may use AI tools for proposal analysis.
Key Draft Documents
Key attachments for review include the DRAFT Solicitation (W51EW726RA002), DRAFT Sections L & M, DRAFT SOW (Attachment 0001), DRAFT Seed Project SOW (Attachment 0004), DRAFT Contractor Bid Sheet (Attachment 0006), DRAFT Past Performance Questionnaire (Attachment 0003), and the DRAFT NCR MATOC Rate Sheet - NTE (Attachment 0002).