107th & 174th Multiple Award Task Order Contract
ID: W50S8H25RA010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NR USPFO ACTIVITY NYANG 174SYRACUSE, NY, 13211-7099, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is soliciting proposals for the 107th & 174th Multiple Award Task Order Contract (MATOC) aimed at providing construction services for National Guard locations throughout New York State. This procurement is specifically set aside for small businesses and will result in the award of indefinite-delivery, indefinite-quantity (IDIQ) contracts, with task orders ranging from $2,000 to $5 million, and a total ceiling of $45 million over five years. The scope of work includes maintenance, repair, and construction tasks such as renovations, HVAC systems, plumbing, electrical work, and site improvements, emphasizing the importance of contractor experience and past performance in the evaluation process. Interested contractors must submit their proposals by May 6, 2025, and are encouraged to attend a pre-proposal conference on April 15, 2025, for further clarification on submission requirements; for inquiries, contact Richard M. Peirson at richard.peirson@us.af.mil or Jennifer DeWispelaere at jennifer.dewispelaere@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The MATOC RFI Tracker outlines queries and responses regarding a federal solicitation process, clarifying technical proposal requirements and submission deadlines. The document confirms that only technical proposals are required, without any seed project, with submissions due on May 5, 2025, as per the solicitation letter, and updates will be made to the solicitation module. It provides information about the inclusion of contract clauses and wage determinations, emphasizing that relevant wage determinations will be confirmed at the time of task order awards. Further, it addresses evaluation factors, indicating there is no maximum limit on the proposed past performance projects, allowing for projects valued between $1 million and $25 million to be considered relevant. The tracker serves to ensure clarity and compliance in the RFP process, aiding potential offerors in understanding requirements and expectations while maintaining alignment with federal regulations.
    The document is the Performance Relevancy Questionnaire for the 107th & 174th Multiple Award Task Order Contract (RFP W50S8H-25-R-A010). It mandates offerors to submit detailed information about their relevant past projects to demonstrate their performance capabilities. Each submission must include specifics such as the contract title, number, values, completion dates, and reasons for any differences in contract values. Additionally, offerors must articulate the work performed, including their own contributions and those of any major subcontractors, while indicating if these subcontractors will be involved in upcoming projects. The form emphasizes the need for transparency regarding project challenges and modifications, along with contact details for the contracting officer or inspector. This document is structured to evaluate and establish evidence of the offeror's capability and relevance in meeting project requirements, serving a critical function in the bid evaluation process for federal and state contracts. Overall, it aids in ensuring that the selected contractors possess the necessary experience and resources to fulfill project expectations.
    The Department of the Air Force's 174th Attack Wing is soliciting past performance assessments from specified offerors in support of Request for Proposal W50S8N-24-R-0001. The evaluation aims to gauge the performance of these offerors based on their recent and relevant contracts in alignment with NAICS classification 236220. Respondents are asked to complete a performance assessment questionnaire addressing four key areas: compliance with specifications, project management effectiveness, timeliness of performance, and commitment to customer satisfaction. Each area requires a confidence rating and rationale. The completed questionnaire must be submitted to Contract Specialist Major Rick Peirson within 15 days, assisting in determining contractor suitability for future federal contracts. This initiative underscores the Air Force's commitment to thorough evaluation processes to ensure quality and reliability in contract performance.
    The Department of the Air Force's 174th Attack Wing is conducting a past performance assessment for offerors responding to Request for Proposal (RFP) W50S8H-25-R-A010. This assessment is critical in evaluating the qualifications of potential contractors based on their historical performance in federal, state, or local contracts related to the NAICS 236220 category. Offerors are required to submit detailed evaluations of their past performance, including compliance with contract specifications, project management effectiveness, timeliness of deliverables, and customer satisfaction. The evaluation uses a rating scale ranging from "Substantial Confidence" to "No Confidence." The completed assessments must be submitted to the designated contract specialist, Major Rick Peirson, within 15 days of receipt, underlining the urgency and significance of accurate reporting in the selection process. This initiative reflects the government's commitment to transparency and quality assurance in public contracting.
    The document outlines the pre-proposal conference agenda for the Multiple Award Task Order Contract (MATOC) for construction projects associated with the National Guard's Air Wings in New York, specifically Fort Drum and the Eastern Air Defense Sector. The contract, numbered W50S8H-25-R-A010, allows for a total capacity of $45 million, aimed at supporting small businesses under NAICS 236220. Task orders will range from $2,000 to $5 million, with no set limit on awardees to ensure a smooth procurement process. The scope includes maintenance, repair, and construction work across several categories, such as facility construction, electrical and mechanical systems, and paving. Proposals must include specific corporate experience and past performance documentation, with a due date of May 5, 2025. Award evaluation will focus on compliance with solicitation requirements rather than price, ensuring all offerors that meet criteria are awarded contracts. The document emphasizes the importance of precise submissions and the challenges smaller firms might face in qualifying for specific projects, promoting efficiency and clarity in the bidding process.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide serves as a comprehensive manual for vendors looking to participate in the Department of Defense (DoD) solicitations. It outlines the process for new users to self-register for a PIEE user account and for existing users to add roles, specifically the Proposal Manager and Proposal View Only roles necessary for submitting offers. The guide includes a step-by-step registration process, which involves creating a user profile, entering security information, and justifying access by uploading required documents. Additionally, support mechanisms are provided, including links for technical assistance and account management. The Roles and Actions/Functions Matrix clearly delineates responsibilities associated with each role, such as submitting offers and accessing proposal-related information. This structured approach aims to streamline vendor engagement in government solicitations, enhancing security and automation in procurement processes while ensuring comprehensive support and clarity for users.
    The memo outlines the proceedings of a pre-proposal conference for the Multiple Award Task Order Contract (MATOC), solicited by the Department of the Air Force on April 15, 2025. The meeting aimed to inform potential contractors about proposal submission requirements and evaluation criteria. Proposals are to be submitted through the PIEE solicitation module, with a deadline of May 5, 2025. Evaluations will focus on corporate experience, past performance, and bonding capacity. Clarifications regarding requirements, including a $50,000 mechanical systems threshold and the acceptance of varied past performance projects, highlighted the expectations for interested contractors. The conference also addressed common questions, such as the necessity for site visits, bonding requirements for task orders, and the scope of potential projects under the MATOC. The session concluded with responses indicating that the MATOC is exclusively set aside for small businesses, with no regional restrictions, although work must occur in New York. Ultimately, the document serves as a comprehensive briefing tool for contractors aiming to participate in federal contracting opportunities specific to construction and related projects.
    The document presents a solicitation for Multiple Award Task Order Contracts (MATOC) for construction services supporting the New York National Guard. It outlines an indefinite delivery, indefinite quantity (IDIQ) contract with a total cap of $45 million over five years, specifically set aside for small businesses. Offerors must provide proposals indicating their ability to perform various maintenance, repair, and construction tasks. Key requirements include the submission of performance and payment bonds, adherence to specific project categories (e.g., construction, electrical systems, and mechanical systems), and compliance with past performance evaluations. Notably, the solicitation emphasizes a strict framework for proposal preparation, evaluation criteria, and conditions for submission. It also clarifies the necessity of binding agreements and outlines a comprehensive proposal evaluation approach, where submissions must demonstrate corporate experience and past performance to be deemed acceptable. A pre-proposal conference is scheduled to assist prospective bidders, and interested parties must register to attend. The document reflects the government's intention to solidify contractor capabilities while ensuring robust oversight for quality and compliance within the National Guard facilities across New York.
    This document serves as an amendment to a federal solicitation, specifically extending the deadline for offers and updating required exhibits within the solicitation. The amendment allows bidders to acknowledge receipt of the changes before the new deadline, which has been pushed to May 6, 2025, at 4:00 PM EDT. Key updates include the removal and renaming of specific forms related to subcontractor information, enhancing clarity for potential contractors. Additionally, the document outlines the procedures for modifying previously submitted offers, emphasizing the importance of timely acknowledgment of amendments to avoid rejection. The overall objective is to ensure transparency and facilitate the submission process while maintaining all original terms and conditions of the solicitation. The document is critical for contractors engaged in federal RFPs, ensuring they are updated with necessary changes to comply with the solicitation's requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, as outlined under NAICS code 236220, with a focus on the construction of miscellaneous buildings. The MATOC is crucial for supporting the Army's infrastructure needs within the North Atlantic Division Area of Responsibility, ensuring that qualified small businesses can contribute to essential construction projects. Interested parties should contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Dept Of Defense
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    West Branch Design-Build Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is soliciting proposals for a Design-Build Multiple Award Task Order Contract (MATOC) aimed at providing construction services over a five-year period, with a maximum value of $99 million. This opportunity is exclusively set aside for small businesses and encompasses Sustainment, Restoration, and Modernization (SRM) projects, minor military construction (MILCON), and support for various military and civil works programs primarily within Southern California. The contract will facilitate a range of construction activities, including new construction, renovations, repairs, and preventative maintenance for military installations and other federal entities. Interested parties should contact Cameron Stokes at Cameron.Stokes@usace.army.mil or call 213-452-3009 for further details regarding the solicitation process.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a presolicitation for a Multiple Award Task Order Contract (MATOC) for Resilient Architect-Engineering Services (RAES) with a total contract ceiling of $3.4 billion. This contract aims to support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, encompassing both Title I and Title II services, and will be available for firms across the continental United States and outlying areas. The procurement is particularly significant as it includes a Partial Small Business Set-Aside, with a reserve for Woman-Owned Small Businesses, and anticipates awarding contracts to approximately six Other-than-Small Business firms and five Small Business firms. Interested parties should note that a virtual Industry Day is scheduled for December 16, 2025, with SF330 submissions due by January 30, 2026. For further inquiries, contact Salvador Castillo at salvador.castillo@us.af.mil or by phone at 830-719-5161.