Two Phase Design Build IDIQ MATOC in Support of the Western Region
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, Mobile Regional Contracting Center, plans to issue a Two-Phase Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support Defense Health Agency (DHA) Medical Facilities across the Western Region of the United States. This opportunity, designated as W9127826RA017, is advertised on an unrestricted basis with a Small Business Reserve. Phase One of the solicitation is anticipated to post on PIEE.eb.mil around February 24, 2026.
Scope of Work
This Firm-Fixed-Price MATOC will provide comprehensive design-build and repair services for DHA Medical Facilities. Services include, but are not limited to, architectural, mechanical, electrical, instrumentation, security, and safety areas of military healthcare and research laboratory facilities. The intent is to offer quick response for performing repair and minor construction in a cost-effective manner.
Contract Details
- Contract Type: Firm-Fixed-Price IDIQ MATOC
- Capacity: $249,000,000.00
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Product Service Code (PSC): Y1DA (Construction Of Hospitals And Infirmaries)
- Place of Performance: Western Region, including Alaska, Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, Washington, and Wyoming.
Set-Aside & Requirements
This opportunity is Unrestricted with a Small Business Reserve. A Subcontracting Plan will be required during Phase Two. For this project, a small business is defined as having average annual receipts of less than $45,000,000.00.
Key Information for Bidders
- Solicitation Posting: W9127826RA017 will be posted on PIEE.eb.mil on or around February 24, 2026 (Phase One).
- Registration: All prospective contractors, subcontractors, and suppliers must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil to access solicitation documents and submit proposals. The attached 'PIEE Solicitation Module Vendor Access Instructions' details how to register and assign roles.
- Site Visit/Pre-Proposal Conference: Details for a site visit and pre-proposal conference, along with seed project information, will be included in the Phase Two solicitation (amendment) package.
- Inquiries: Requests for Information (RFIs) will be processed exclusively through the ProjNet internet-based system, as specified in the RFP.
- Electronic Submission: All bid forms, bonds, and proposals, including amendments, must be submitted electronically via PIEE. The 'Posting Offer' document provides a guide for this process.
- Monitoring: Contractors are responsible for daily monitoring of the PIEE website for the solicitation and any amendments. The 'PIEE Email Notifications for Contractors' document explains how to set up email alerts.
Contact Information
- Primary Contact: LaRhonda Archie (larhonda.m.archie@usace.army.mil)
- Secondary Contact: CT-M Inbox (ct-cproposals-medcom@usace.army.mil)