Three Rivers Region (7 Lakes) 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 Corps of Engineers – Southwestern Fort Worth District has issued a Sources Sought notice for a potential five-year Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This MATOC will cover design/build and bid/build construction services across the seven lakes areas within the Three Rivers Region. This acquisition is being considered as a Total Small Business Set-Aside. Responses are due by March 26, 2026.
Scope of Work
The MATOC will provide a vehicle for a broad range of maintenance, repair, and minor/heavy construction, including design. Individual task orders are anticipated to range from $100,000 to $700,000, with a maximum of $1,000,000. The total program value is Not-to-Exceed $10,000,000 over a five-year ordering period. Work will fall under NAICS 236 - Construction of Buildings ($45 Million size standard).
Specific construction activities may include:
- Road work: Surface removal/replacement, HMAC overlay, culvert work, guardrail.
- Concrete work: Flatwork, structural, foundations, boat ramps, paving.
- Recreation area work: Picnic shelters, restrooms, playgrounds, group shelters, gate houses, utility installations.
- Dam and office area work: Remodeling, metal building construction, embankment repair, earthwork, vegetation restoration.
- Fencing work: Pipe, vehicle barrier, guard post, field, security fencing.
- Roofing work: Asphalt shingle and metal roof removal/replacement. Contractors must have in-house design capability or ready access to it.
Contract & Timeline
- Type: Sources Sought (for a future IDIQ MATOC)
- Ordering Period: One (1) five-year ordering period.
- Anticipated Awards: Up to six (6) contracts.
- Set-Aside: Being considered as a Total Small Business Set-Aside.
- Response Due: March 26, 2026, 4:00 PM CDT.
- Published: March 6, 2026.
Response Requirements
Interested firms should submit a Capability Statement detailing:
- Company information (POC, CAGE, UEI, business size, socioeconomic status).
- Teaming arrangements.
- Ability to execute a broad range of construction, maintenance, repair, and design/build projects.
- Architect-Engineering capability (in-house or subcontracted).
- Surge capability.
- Past/Current performance (last 5 years, prime contractor, project details).
- Largest multi-trade project completed.
- Bonding capacity. A current NIST assessment in SPRS will be required prior to proposal submission. All respondents must be registered in SAM.gov.
Additional Notes
This is not a solicitation and no contract will be awarded from this notice. A future Request for Proposal (RFP) is anticipated, utilizing FAR Part 15.3 best value source selection procedures. The highest-rated awardee will receive a seed project Task Order. Successful awardees will receive a $500 minimum guarantee for an orientation seminar.