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) is conducting a Sources Sought for a Multi-Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build construction projects. This market research aims to identify qualified firms for new construction, repair, and renovation of civil works and facilities across the Northwestern Division. Responses are due by February 27, 2026, at 3:00 PM PST.
Opportunity Overview
This Sources Sought is for informational and market research purposes only, not a solicitation. CENWP seeks to understand industry interest and capabilities for a MATOC covering projects within the Portland, Walla Walla, and Seattle Districts. The scope includes civil, structural/architectural, electrical, and mechanical systems for various infrastructure, facilities, roadways, and recreational areas. Specific work may involve site utilities, concrete, structural frames, power distribution, HVAC, and industrial equipment.
Contract Details
The anticipated MATOC will consist of multiple Indefinite Quantity, Indefinite Delivery, Firm Fixed Price (FFP) Construction Task Order Awards. The estimated maximum capacity for this MATOC is $99,000,000.00, with individual task orders ranging from greater than $350,000 to $10,000,000. The base period is anticipated to be 5 years (FY27-FY32). The acquisition strategy is expected to be a Two-Phase Design-Build/Design-Bid-Build Request for Proposals (RFP) using a Best Value Trade-Off (BVTO) approach. The NAICS code is 237990 ("Other Heavy and Civil Engineering Construction") with a $45M size standard. While this is market research, the future solicitation is anticipated to be a Total Small Business Set-Aside. Responses are sought from all business sizes, including large businesses and various small business categories, to inform the acquisition strategy.
Key Requirements
A significant requirement for the future solicitation is Cybersecurity Maturity Model Certification (CMMC) Level 2. This mandates compliance with NIST SP 800-171 Revision 2, requiring either a self-assessment or an independent assessment by a C3PAO every three years, and an annual affirmation of compliance.
Submission Requirements
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) with the subject "Sources Sought – W9127N26SSR29453 USACE NWD Design Build MATOC". Responses are limited to six pages and must include:
- Firm's details (name, address, POC, CAGE, UEI)
- Business category and size (including large business and various small business types)
- Explanation of capabilities, qualifications, and self-performed work
- Description of similar projects (1-3 examples with detailed information)
- Joint Venture information (if applicable)
- Bonding capability (letter from Surety)
- Interest in bidding on the future solicitation
Important Dates
- Sources Sought Response Due: February 27, 2026, at 3:00 PM PST
- Anticipated Solicitation Release: June 2026 (Tentative)
- Anticipated Award: January 2027 (Tentative)
- Anticipated Construction Completion: End of Calendar Year 2032