USACE NWD Design Build 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 (USACE), Northwestern Division, Portland District (CENWP) has issued a Sources Sought for a Multi-Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build projects. This is for market research to identify qualified firms for new construction, repair, and renovation of civil works projects, facilities, roadways, and recreational areas within the NWD. Responses are due by February 27, 2026, at 3:00 pm PST.
Purpose & Background
This Sources Sought is for informational and market research purposes only, not a request for proposal. The government seeks to understand industry interest and capabilities from various business types, including Small Business, Small Disadvantaged Businesses (8(a)), HUBZone, Woman-Owned Small Business (WOSB/EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Veteran Owned Small Business (VOSB). Responses will inform future acquisition strategies.
Scope of Work
The MATOC will cover Design-Build and Design-Bid-Build projects across the Northwestern Division (Portland, Walla Walla, and Seattle Districts). Specific work may include:
- Civil: Site utilities, drainage, paving, waterstop installation, geotechnical work.
- Structural/Architectural: Concrete, structural frames, hydraulic steel structures, fall protection, roofing, elevators, new buildings, and renovations.
- Electrical Systems: Power distribution, generators, lighting, control systems (SCADA/PLC, fire/security, ICT).
- Mechanical Systems: Building MEP (HVAC, plumbing, fire protection) and industrial equipment (pumps, cranes, hydraulics, compressors).
Contract Details & Timeline
- Contract Type: Multiple Indefinite Quantity, Indefinite Delivery, Firm Fixed Price Construction Task Order Contracts under a Design Build/Design Bid-Build MATOC.
- Duration: Base 5 Years (FY27-FY32).
- Estimated Maximum Capacity: $99,000,000.00.
- Task Order Values: Minimum greater than $350,000; Maximum $10,000,000.
- Anticipated Source Selection: Two Phase Design Build/Design Bid-Build Request for Proposals (RFP), Best Value Trade Off (BVTO).
- Anticipated Solicitation Release: June 2026 (Tentative).
- Anticipated Award: January 2027 (Tentative).
- NAICS Code: 237990, "Other Heavy and Civil Engineering Construction" (Size Standard: $45M).
- PSC: Z2QA, Repair or Alteration of Restoration of Real Property (Public or Private).
Key Requirements
Cybersecurity Maturity Model Certification (CMMC) Level 2 will be mandatory as a condition of contract award. This requires:
- An assessment (self-assessment or C3PAO) every three years.
- Compliance with 110 security controls outlined in NIST SP 800-171 Revision 2.
- Annual affirmation of compliance.
Submission Instructions
Interested parties must submit responses electronically via email to Cory Pfenning (Cory.R.Pfenning@usace.army.mil) and Andrew Sprys (Andrew.J.Sprys@usace.army.mil) by February 27, 2026, at 3:00 pm PST. The email subject line must be "Sources Sought – W9127N26SSR29453 USACE NWD Design Build MATOC". Responses are limited to six pages and should include:
- Firm's name, address, POC, phone, email, CAGE, and Unique Entity ID.
- Firm's business category and size (including small business participation metrics for large businesses).
- Explanation of capabilities, special qualifications, and work to be self-performed.
- Description of work performed under similar project constraints.
- One to three project examples (similar in size, scope, and complexity) with detailed information.
- Joint Venture information (if applicable).
- Bonding capability (letter from Surety).
- Firm's interest and likelihood of bidding.
- Any other relevant information.
Additional Notes
This notice does not obligate the Government to award a contract. All interested firms must be registered in SAM.gov. For small business questions, contact Maura Timmermann at (402) 370-0095 or maura.j.timmermann@usace.army.mil.