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
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    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 aims to provide engineering services under a Total Small Business Set-Aside, allowing small businesses to compete for the contract, which is crucial for supporting various civil works projects. The anticipated solicitation issuance date is set for December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested parties 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.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Buyer not available
    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.
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Buyer not available
    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.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Buyer not available
    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.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    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 General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    Pre-notice of forth coming solicitation
    Buyer not available
    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.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors 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 project is crucial for ensuring timely and cost-effective responses to the repair and minor construction needs of DHA medical facilities across states including Alaska, California, and Colorado. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) website for the solicitation, which is expected to be posted around November 20, 2025. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil.
    Y810 Maintenance Building Construction
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is preparing to solicit bids for the construction of a maintenance building in Aiken, South Carolina. This pre-solicitation announcement indicates that a formal solicitation will be issued, detailing the requirements for the construction project, including plans, specifications, and evaluation criteria for proposals. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, highlighting its significance in supporting military operations. Interested contractors can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information, although no responses are requested at this time as the formal solicitation is forthcoming.