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 (NWD), Portland District (CENWP) is conducting a Sources Sought for a Multi-Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build projects. This MATOC will cover new construction, repair, and renovation of civil works, facilities, roadways, and recreational areas within the NWD (Portland, Walla Walla, and Seattle Districts). The government is seeking industry interest and capabilities to inform its acquisition strategy. Responses are due February 27, 2026, at 3:00 pm PST.
Project Scope
The MATOC's scope includes a wide range of construction and engineering services. Specific work may encompass:
- Civil: Site utilities, drainage, paving, waterstop installation, and geotechnical work.
- Structural/Architectural Systems: Concrete, structural frames, hydraulic steel structures, fall protection, roofing, elevators, new buildings, and building renovation.
- Electrical Systems: Power distribution, generators, lighting, and 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
- Type: Multi-Award, Indefinite Quantity, Indefinite Delivery, Firm-Fixed Price (FFP) Construction Task Order Contract.
- Duration: 5-year base period (FY27-FY32).
- Estimated Maximum Capacity: $99,000,000.00.
- Task Order Values: Minimum greater than SAT ($350k), Maximum $10M.
- Anticipated Solicitation Release: June 2026 (Tentative).
- Anticipated Award: January 2027 (Tentative).
- Anticipated Construction Completion: End of calendar year 2032.
Set-Aside & Evaluation
This Sources Sought is for market research purposes. The government is seeking responses from both large and small businesses, 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), to determine the acquisition strategy. The anticipated source selection process for the future MATOC is a Two Phase Design Build/Design Bid-Build Request for Proposals (RFP) using a Best Value Trade Off (BVTO) approach.
Key Requirements & Submission
A significant new requirement for the future solicitation will be Cybersecurity Maturity Model Certification (CMMC) Level 2. This involves either a self-assessment or independent assessment every three years, compliance with NIST SP 800-171 Revision 2, and annual affirmation.
Responses to this Sources Sought are limited to six pages and must be submitted electronically 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. Required information includes firm details, business category/size, capabilities, similar project examples (1-3), joint venture information, bonding capability, and interest in bidding.