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 notice for a Multi-Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build projects. This market research aims to identify qualified firms for new construction, repair, and renovation of civil works, facilities, roadways, and recreational areas across the NWD. Responses are due by February 27, 2026, at 3:00 pm PST.
Project Background & Scope
CENWP intends to solicit a MATOC to cover a broad range of construction services within the Northwestern Division, specifically the Portland (NWP), Walla Walla (NWW), and Seattle (NWS) Districts. The scope includes:
- Civil: Site utilities, drainage, paving, waterstop installation, geotechnical work.
- Structural/Architectural: Concrete, structural frames, hydraulic steel structures, fall protection, roofing, elevators, new buildings, and building renovation.
- Electrical: Power distribution, generators, lighting, SCADA/PLC, fire/security, ICT systems.
- Mechanical: Building MEP (HVAC, plumbing, fire protection) and industrial equipment (pumps, cranes, hydraulics, compressors).
Contract Details
The future MATOC is anticipated to be comprised of Multiple Indefinite Quantity, Indefinite Delivery, Firm Fixed Price Construction Task Order Contracts.
- Estimated Maximum Capacity: $99,000,000.00
- Duration: 5-year base period (FY27-FY32)
- Task Order Values: Minimum greater than $350,000; Maximum $10,000,000.
- NAICS Code: 237990, "Other Heavy and Civil Engineering Construction" (Size Standard: $45M).
- Product Service Code (PSC): Z2QA, Repair Or Alteration Of Restoration Of Real Property (Public Or Private).
- Set-Aside: This Sources Sought is for market research to inform the acquisition strategy, seeking responses from large and various small business categories (Small Business, SDVOSB, HUBZone, WOSB, EDWOSB, 8(a)). The future MATOC is anticipated to be a Total Small Business Set-Aside (FAR 19.5).
Anticipated Schedule & Acquisition Strategy
- Anticipated Solicitation Release: June 2026 (Tentative)
- Anticipated Award: January 2027 (Tentative)
- Anticipated Construction Completion: End of Calendar Year 2032
- Source Selection Process: Expected to be Two Phase Design Build/Design Bid-Build Request for Proposals (RFP) using a Best Value Trade Off (BVTO) method.
- Cybersecurity Requirement: The future contract will require Cybersecurity Maturity Model Certification (CMMC) Level 2. This involves an assessment (self or C3PAO) every three years, compliance with NIST SP 800-171 Revision 2, and annual affirmation.
Submission Requirements
Interested parties must submit responses electronically via email by February 27, 2026, at 3:00 pm PST. The response is limited to six (6) pages and must include:
- Firm's name, address, POC, phone, email, CAGE, and Unique Entity ID.
- Business category and size (Large, Small, 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, VOSB).
- Explanation of prime firm’s capabilities, special qualifications/certifications, equipment, and self-performed work related to the project scope.
- Description of work performed under similar project constraints.
- One to three project examples similar in size, scope, and complexity, including project title, contract number, award/completion dates, customer info, prime/sub status, and initial/final dollar values.
- Joint Venture information (if applicable).
- Bonding capability (letter from Surety).
- Firm's interest and likelihood in bidding on the solicitation.
- Any other relevant information.
Key Dates & Contacts
- Formal Sources Sought Response Due: February 27, 2026, 3:00 pm PST.
- Submission Email: Cory.R.Pfenning@usace.army.mil and Andrew.J.Sprys@usace.army.mil.
- Subject Line: Sources Sought – W9127N26SSR29453 USACE NWD Design Build MATOC.
- Small Business POC: Maura Timmermann at (402) 370-0095 or maura.j.timmermann@usace.army.mil.
- SAM Registration: Firms must be registered in SAM.gov.