NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
ID: W51EW7-25-R-A006Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC TSCJBSA FT SAM HOUSTON, TX, 78234-0000, USA

NAICS

Industrial Building Construction (236210)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, Attachment 02 - Rate Sheet for RFP # W51EW7-25-R-A006, outlines Not To Exceed (NTE) hourly rates and applied percentages for a National Capital Region (NCR) Multiple Award Task Order Contract (MATOC). It specifies NTE rates for various labor categories like Project Manager, Project Superintendent, and Quality Control Manager across a five-year base ordering period and two option years. Additionally, it details NTE applied percentages for G&A and Profit, noting that bonds are cost-only with no overhead or profit. These rates are fully burdened hourly rates, inclusive of fringe benefits, and are to be incorporated into the base contract. Contractors must not exceed these stated rates when submitting Task Order price proposals, though they may quote lower rates. The document clarifies that Task Orders may utilize all, some, or none of the listed rate categories based on specific requirements, and these professional labor rates are not subject to the Construction Wage Rate Requirements Statute.
    The document "Attachment 3 Contractor Bid Sheet" is a template for government contractors to submit detailed cost proposals for federal Task Orders, likely within an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. It outlines various cost categories including labor (exempt and non-exempt direct labor, with fringe benefits factored in), materials, subcontractor costs, and "Other Costs" such as G&A and profit. Key labor categories are specified, including Project Manager, Project Superintendent, and Quality Control Manager. The document emphasizes that quoted labor rates "shall Not Exceed" those initially incorporated into the base IDIQ contract, though contractors may propose lower rates. It also includes sections for "Supplied Material & Equipment" and "Applicable Payment & Performance Bonds." The structure is designed to ensure comprehensive and transparent cost breakdowns for government procurement, aligning with the requirements of federal RFPs and grants.
    The document outlines a federal Request for Proposal (RFP) for multiple-award task order contracts (MATOC) focused on Sustainment, Restoration, and Modernization (SRM) work on real property across various US Army Garrison (USAG) locations and Arlington National Cemetery. The solicitation, identified as W51EW725RA006, is a rated order under the Defense Priorities and Allocations System (DPAS). It covers a base period of five years (2026-2031) with an option for an additional year (2031-2032), with distinct line items for each location and year. The contractors will provide all labor, equipment, materials, and supervision for a broad range of construction, sustainment, restoration, and modernization services, as specified in individual Task Orders. A guaranteed minimum of $5,000.00 per contract is established. Offerors must submit proposed direct hourly labor rates, G&A (7%), and profit (6%), with bonds reimbursed at cost. The project also requires contractors to provide data on labor hours, including subcontractor hours. The RFP details the structure, terms, and conditions for these firm-fixed-price construction services.
    Similar Opportunities
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on upcoming competitive contracting opportunities for fiscal year 2026. These opportunities include a recompete for the US Army Garrison Post-Wide Minor Construction, estimated at $100M-$110M, and set aside for multiple award IDIQ contracts, with an anticipated award in the first quarter of FY 2026. Additionally, there are opportunities for Forestry Management Support Services and Facility Management Support, each valued between $12M-$15M, both designated as 8(a) Small Business Set-Asides with single award IDIQ contracts, expected to be awarded in the second quarter of FY 2026 and at a later date, respectively. Interested vendors are encouraged to submit questions via email to the designated Contracting Officer, with updates and responses to inquiries to be posted regularly. All information is subject to change, and no formal proposals should be submitted at this time.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small business architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer Multiple Award Task Order Contract (MATOC). This procurement aims to consolidate contract requirements for engineering services, excluding vertical construction projects, to enhance efficiency and effectiveness in meeting the Army's infrastructure needs. The anticipated solicitation issuance date is set for December 29, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can direct inquiries to Evan Cyran at evan.m.cyran@usace.army.mil or Sherry Rhoden at sherry.s.rhoden@usace.army.mil for further details.
    ACCAPG_Competitive_Opportunities_Division C
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is issuing a special notice regarding competitive acquisition opportunities for Fiscal Year 2026, with a focus on engineering services. This initiative aims to enhance communication between the Army, its mission partners, and industry stakeholders by providing quarterly updates on various projects, including those related to intelligence, electronic warfare, and command and control systems, with estimated contract values ranging from $6 million to $250 million. The information shared is for informational purposes only, and interested vendors are encouraged to submit questions via email to the primary contact, Ms. Yadira Colon, at yadira.i.colon.civ@army.mil, with a limit of ten questions per submission. All updates and information are subject to change, and no formal proposals should be submitted in response to this notice.
    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 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.
    FY26 DESIGN-BUILD/DESIGN-BID-BUILD (DB/DBB) GENERAL CONSTRUCTION WEST MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is soliciting proposals for a Design-Build/Design-Bid-Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC) with a total small business set-aside. This contract, valued at up to $99 million, aims to provide indefinite delivery and indefinite quantity (IDIQ) services for general construction projects west of the Mississippi River, with task orders ranging from the simplified acquisition threshold to $25 million. The MATOC will have a performance period of three years, with an option for an additional two years and a six-month extension, emphasizing the importance of these construction services for various district programs. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadline, and must be registered in the System for Award Management (SAM) at the time of submission. For further inquiries, contact Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045.
    Pre-notice of forth coming solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    $90M Indefinite Delivery Indefinite Quantity (IDIQ), Sustainment Restoration and Modernization (SRM) Construction, Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Philadelphia District, is issuing a pre-solicitation notice for a $90 million Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Sustainment Restoration and Modernization (SRM) construction projects. This contract is set aside exclusively for small businesses and will encompass a range of Design-Build and Design-Bid-Build construction projects, including renovations, new constructions, and various minor repairs within the Philadelphia District's Area of Responsibility. The procurement process will utilize a two-phase best value methodology, with the intent to award up to five contracts based on price and technical factors, and proposals for Phase 1 are expected to be due around February 2, 2026. Interested vendors should contact Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil or call 215-656-6761 for further details and ensure they are registered in the System for Award Management (SAM) database.
    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.
    SPECIAL NOTICE - UNACCOMPANIED ENLISTED PERSONNEL HOUSING (UEPH) JOINT BASE MYER-HENDERSON HALL (JBMHH) VIRGINIA SUBCONTRACTING GOALS
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Baltimore District, is seeking industry feedback regarding subcontracting goals for the Unaccompanied Enlisted Personnel Housing (UEPH) project at Joint Base Myer-Henderson Hall (JBMHH) in Virginia. The procurement aims to establish realistic subcontracting goals for small businesses, including categories such as Small Disadvantaged Business, Women-Owned Small Business, and Veteran-Owned Small Business, among others, as part of the solicitation process for a contract expected to exceed $2 million. This project is significant as it involves the construction of troop housing facilities, which are essential for supporting military personnel. Interested parties are encouraged to submit their feedback via email to the primary contact, Aisha Boykin, at aisha.r.boykin@usace.army.mil, or the secondary contact, Tamara Bonomolo, at tamara.c.bonomolo@usace.army.mil, by the deadline of January 5, 2026, at 11:00 AM EST.