Design, Build and Construction Services MATOC to support Industrial Base Modernization at Government Owned - Contractor Operated (GOCO) Facilities
ID: W519TC-25-R-0026Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Industrial Building Construction (236210)

PSC

CONSTRUCTION OF AMMUNITION FACILITIES (Y1EA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Army, is seeking qualified contractors for a Multiple Award Task Order Contract (MATOC) focused on Design, Build, and Commissioning services at Government Owned Contractor Operated (GOCO) Army Ammunition facilities across the United States. The procurement aims to modernize the industrial base by allowing for various contract types, including fixed-price and cost-type actions, with a bonding requirement of $200 million for individual projects and $500 million for aggregate projects. This initiative is critical for enhancing the operational capabilities of GOCO facilities, ensuring they meet current and future defense needs. Interested parties are encouraged to submit questions and feedback regarding the draft RFP by October 3, 2025, and can reach out to Rebecca Bernard or Benjamin Gillen for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, Attachment 0001: Highest Technically Rated Offeror Self-Scoring Matrix, outlines the instructions and evaluation criteria for offerors responding to Solicitation Number W519TC-25-R-0026. The document details mandatory technical requirements, including bonding capacity ($200,000,000 single task order, $500,000,000 aggregate) and an Experience Modification Rate (EMR) of less than 1.0. Offerors must complete all yellow fields, answer yes/no to Factor 1, Subfactor 1, and provide the number of contract references for other factors. The
    The government document addresses industry questions regarding a Multi-Award Task Order Contract (MATOC) for Design, Build, and Commissioning services at Government-Owned Contractor-Operated (GOCO) facilities. Key points include the government's intent to award to all qualified offerors meeting the Minimum Technical Threshold Rating, the non-requirement of certified cost and pricing data when exceptions apply, and the inclusion of FAR Cost Accounting Standards clauses for scenarios beyond Firm-Fixed-Price. The RFP will incorporate FAR 52.249-14 Excusable Delays and has corrected numbering and terminology issues. Project Lead Joint Services (PLJS) will manage execution, with Army Contracting Command - Rock Island overseeing contractual requirements. The MATOC will allow for various contract types, including fixed-price and cost-type actions, determined at the task order level. The bonding requirement is $200M for a single project and $500M aggregate. The government has expanded eligible NAICS codes, clarified definitions for "Offeror," and allows for the citation of subsidiary/parent company experience. Projects must be 100% complete to be considered for prior experience, with a 40% total contract value threshold for major subcontractors. Non-U.S. projects are allowed for some elements but not others. The final RFP is expected in October/November 2025, with the first project anticipated in Q2 FY26. The government will not reimburse proposal costs and will implement small business goals at the task order level, allowing separate CONUS contract references for this factor. Debriefings will occur post-award, and MATOC holders cannot partner on individual task orders. Task orders will generally be competitive using a best-value tradeoff methodology.
    The document outlines a Statement of Work for a Multiple Award Task Order Contract (MATOC) intended to procure Design-Build, Construction, and Commissioning services at Government Owned Contractor Operated (GOCO) Army Ammunition Plants. The contract aims to modernize and maintain these facilities, engaging contractors without direct government oversight while ensuring compliance with strict quality and safety standards. The work includes a variety of projects such as designing and constructing manufacturing lines for explosives and ammunition. Key personnel qualifications are specified, emphasizing experience in construction management and safety protocols. The contract mandates robust quality control, safety management, and reporting requirements, including compliance with multiple regulatory and environmental standards. Contractors will be obligated to ensure quality and maintain documentation for all project phases. Deliverables include project plans, reports, and certifications required for successful execution. The anticipated performance period is five years, allowing flexibility for various task orders while maintaining oversight through government representatives. This document reflects a structured approach to enhancing the operational capabilities of U.S. Army facilities, ensuring technical and regulatory adherence throughout the contract lifecycle.
    This document outlines the instructions and requirements for submitting proposals in response to a federal solicitation. Proposals must be submitted digitally through the PIEE solicitation module by a specified deadline and remain valid for 365 days. Each proposal must include a cover letter, a table of contents, an HTRO Self-Score Matrix, and three volumes detailing technical capabilities, small business achievements, and signed solicitation documents. The content must adhere to specific formatting guidelines, including font size and page dimensions, and follow strict page limitations. Evaluation factors include technical qualifications and small business performance, with detailed criteria provided for each. Offerors are required to present verifiable project references related to their experience and capabilities in various fields, including bonding capacity and experience modification rates. The HTRO Self-Scoring Matrix is vital for self-evaluation, with a scoring system established to assess performance. Elements range from bonding capacity documentation to specifics about prior project experience and subcontractor management. The emphasis on past performance aims to ensure qualified offers, reflecting the government's focus on contractor competence for successful project execution.
    The government document outlines the evaluation factors for a Multiple Award Task Order Contract (MATOC) regarding Design-Build, Construction, and Commissioning projects. It employs a Highest Rated Technical Offeror (HTRO) approach, prioritizing proposals based on technical qualifications and small business participation, with a minimum threshold score of 15,360 points for qualification. Evaluation includes two main factors: Technical and Small Business, with Technical having two subfactors. The first subfactor encompasses Bonding Capacity and Experience Modification Rate (EMR), which are assessed on a pass/fail basis. The second subfactor involves scoring prior project experience on various criteria, including project size and type, with detailed point assignments based on submitted project references. The Small Business factor evaluates up to four contracts demonstrating achievement of established small business goals. Proposals not complying with specified requirements or page limits could be deemed ineligible. Overall, this document provides a structured evaluation framework designed to ensure proposals effectively meet government standards and contribute to promoting small business involvement in federal projects.
    The document outlines the requirements for offerors responding to a federal Request for Proposals (RFP) regarding technical qualifications and experience for contract submissions. It details two main evaluation factors: Technical and Small Business, with specific subfactors under Technical including Bonding Capacity, Experience Modification Rate (EMR), and prior contracting experience thresholds based on monetary value. Offerors must provide supporting documentation and project references for contracts completed within ten years, categorized by work types such as chemicals, energetic materials, and environmental permitting. Each offeror must demonstrate compliance with bonding and EMR standards, with a maximum score of 19,200 and a minimum technical threshold rating of 15,360 to qualify for contract awards. This structured framework ensures that only qualified contractors who meet financial, technical, and operational requirements are considered for federal projects, enhancing project success through proven experience.
    The document outlines solicitation W519TC-25-R-0026 for establishing a five-year Multiple Award Task Order Contract (MATOC) aimed at supporting design-build, construction, and commissioning projects within government-owned contractor-operated (GOCO) Army ammunition plants across several states. The objective is to modernize and sustain these facilities and the competition will be limited to U.S.-based firms. Proposals will be evaluated using a Highest Technically Rated Offeror (HTRO) method, with all compliant submissions meeting the Minimum Technical Threshold Rating (MTTR) eligible for contract awards. The government intends to initiate contract performance with the award of the first task order, specifying that contractors must have active registrations in the System for Award Management (SAM). Furthermore, the document emphasizes that all contract conditions must extend to subcontractors at all levels. Communication regarding the solicitation should be directed solely to designated government officials, ensuring proper protocol is followed in inquiries or submissions. This RFP illustrates the government's commitment to achieving fair competition and effective collaboration in executing critical infrastructure projects within the military’s ammunition production facilities, which are vital to national security.
    The document outlines clarifications regarding the government’s Multiple Award Task Order Contract (MATOC) for design-build construction services. The current procurement scope includes comprehensive tasks such as the layout, design, specification, purchasing of process equipment, installation of process controls, and all related documentation. The government plans to adopt a full and open competition strategy, allowing participation from both large and small businesses. The maximum potential value for task orders is set at $900 million, though this may change after the RFP is released, while a minimum task order value has not yet been established. Importantly, the scope of work will cover all locations specified in the contract. This document provides insights into the government's approach to construction services and procurement, emphasizing inclusivity and significant project scales.
    Similar Opportunities
    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.
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    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.
    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.
    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.
    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.
    J&A notice of intent to modify Medical Repair and Renewal MATOC to increase capacity
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to modify the Medical Repair and Renewal Multiple Award Task Order Contract (MATOC) to increase its capacity. This modification is part of a Justification and Approval (J&A) process, which is essential for maintaining and renewing various buildings under the jurisdiction of the Army. The services procured through this contract are critical for ensuring the operational readiness and maintenance of military facilities. Interested parties can reach out to Samantha Adato at samantha.adato@usace.army.mil for further details regarding this opportunity.
    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.
    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.
    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.