NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
ID: W51EW7-26-R-NCR2Type: Sources Sought
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)
Timeline
  1. 1
    Posted Jan 28, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 28, 2025, 12:00 AM UTC
  3. 3
    Due Feb 28, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Headquarters, Mission Installation Contracting Command, is seeking qualified contractors for a Firm Fixed-Price Multiple Award Task Order Contract (MATOC) aimed at providing maintenance, repair, and minor construction services across seven military sites in the National Capital Region, including several U.S. Army Garrison locations and Arlington National Cemetery. The contract will support various Sustainment, Restoration, and Modernization (SRM) projects, encompassing a wide range of engineering disciplines such as architectural, civil, electrical, and mechanical work, ensuring the upkeep and enhancement of military infrastructure. Interested firms are encouraged to submit capability statements by February 28, 2025, to demonstrate their qualifications and experience, as the government aims to assess potential competition and small business involvement prior to the contract award, which is anticipated by January 16, 2026. For further inquiries, interested parties may contact Dawn Evans at dawn.i.evans.civ@army.mil or Starletta Redden at starletta.r.redden.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Jan 28, 2025, 8:05 PM UTC
The U.S. Army Garrison Multiple Award Task Order Contract (MATOC) outlines the framework for providing maintenance, repair, and minor construction services across seven military sites in the National Capital Region. This Firm Fixed Price contract spans seven years, comprising a five-year base period with two optional extensions. The scope encompasses a wide array of Sustainment, Restoration, and Modernization (SRM) projects, addressing various engineering disciplines such as architectural, civil, electrical, and mechanical work for diverse facilities. The document stipulates contractor responsibilities, requirements for proposals, and deliverables during pre-construction, construction, and post-completion phases. Key personnel, including a Program Manager and Quality Control Manager, must meet specific qualifications. Safety, environmental considerations, thorough project documentation, and compliance with federal regulations are prioritized throughout. Overall, the MATOC serves as a structured approach to efficiently manage construction-related tasks while ensuring quality and adherence to safety standards, highlighting the government's intent to maintain and enhance military infrastructure in the National Capital Region.
Jan 28, 2025, 8:05 PM UTC
The document outlines a Request for Information (RFI) concerning a proposed Firm Fixed-Price Multiple Award Task Order Contract (MATOC) by the Headquarters, Mission Installation Contracting Command. The contract aims to provide maintenance, repair, and minor construction support to seven military sites in the National Capital Region, including several U.S. Army Garrison locations and Arlington National Cemetery. The government seeks to gather information from interested firms regarding their capabilities to fulfill the tasks outlined in a draft Statement of Work, emphasizing requirements for subcontracting, performance measurement, and security clearances. Responses to the RFI are due by February 28, 2025, and are key for assessing potential competition and small business involvement in the upcoming contract. The document specifies that this RFI is for market research purposes only, with no immediate solicitation or guarantees of future contracts. Interested parties are required to provide comprehensive capability statements detailing their experience in similar projects, ensuring compliance with government regulations, and highlighting their ability to manage subcontractor teams. The ultimate goal is to identify qualified contractors to support various sustainment and modernization projects across the specified military installations.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
Buyer not available
The Department of Defense, through the Department of the Navy, is issuing a pre-solicitation notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on large-scale construction projects within the Washington D.C., Virginia, and Maryland areas. This contract, identified as Solicitation No: N40080-25-R-9500, will utilize a firm-fixed-price model and encompass a variety of construction activities, including demolition, repair, and renovation of diverse facilities, with a total funding ceiling of $8 billion over an eight-year period. The procurement emphasizes full and open competition, requiring large business offerors to submit a small business subcontracting plan, and interested parties must be registered in the System for Award Management (SAM) to participate. The anticipated issuance of the Request for Proposals (RFP) is expected around March 2025, and all amendments and updates will be available electronically, with inquiries directed to Molly Lawson at molly.e.lawson.civ@us.navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil.
Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, 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 a range of engineering services, including design and consultation for various civil works projects, which are critical for infrastructure development and maintenance. Interested firms are encouraged to demonstrate their qualifications and past performance, as these will be key factors in the selection process. For further inquiries, potential applicants can contact Evan Cyran at evan.m.cyran@usace.army.mil or by phone at 410-962-6037, or Leigha Arnold at leigha.m.arnold@usace.army.mil or 443-749-2022.
63RD Region 3 MATOC, 5 Years
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the 63rd Region 3 Multiple Award Task Order Contract (MATOC) over a five-year period. This procurement aims to engage contractors for commercial and institutional building construction, focusing on the repair or alteration of miscellaneous buildings. The contract is set aside for Historically Underutilized Business (HUBZone) Sole Source firms, emphasizing the government's commitment to supporting small businesses in underutilized areas. Interested parties can reach out to Neil Hogie at neil.e.hogie.civ@army.mil or 502-898-3102, or Steven Bailey at steven.m.bailey2.civ@army.mil or 502-898-4525 for further details.
Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is seeking qualified contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations, which includes Washington D.C., Virginia, and Maryland. This procurement aims to support large-scale construction projects, with a maximum contract value of $8 billion, encompassing a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for various construction tasks, including the design and build of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested parties should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or 202-716-5845 for further details and to ensure compliance with submission requirements.
South Carolina ANG Construction MATOC
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the South Carolina ANG Construction Multiple Award Task Order Contract (MATOC) aimed at providing maintenance, repair, and construction services in support of the National Guard throughout South Carolina. This procurement is particularly focused on supporting the McEntire Joint National Guard Base in Eastover, South Carolina, and may extend to facilities of the South Carolina Army National Guard and the North Carolina Air National Guard. The MATOC will have a total ordering period of five years, with a maximum contract value of $49.5 million, reflecting the anticipated construction needs based on previous awards and planned projects. Interested contractors are encouraged to attend a virtual pre-proposal site visit on February 18, 2025, and must register by February 12, 2025, to participate; inquiries can be directed to Badri Francis at badri.francis.1@us.af.mil or Jonathan Bailey at jonathan.bailey.28@us.af.mil.
FY25 CENTAM MATOC
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the FY25 CENTAM MATOC, focusing on commercial and institutional building construction. This procurement aims to establish a Multiple Award Task Order Contract (MATOC) to support various construction projects, which are critical for enhancing military infrastructure and operational capabilities. Interested contractors should note that the NAICS code for this opportunity is 236220, and the PSC code is Y1JZ, indicating a focus on the construction of miscellaneous buildings. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 850-207-0143, or reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or 251-441-5584.
Z--Maintenance and Repair Multiple Award Construction Contracts
Buyer not available
Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
SC/NC CONSTRUCTION MATOC
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the SC/NC Construction MATOC (Multiple Award Task Order Contract) aimed at small businesses. This procurement focuses on commercial and institutional building construction, with an emphasis on the construction of administrative facilities and service buildings. The awarded contracts will play a crucial role in enhancing infrastructure capabilities for military operations. Interested parties can reach out to Badri Francis at badri.francis.1@us.af.mil or call 803-647-8542, or contact Jonathan Bailey at jonathan.bailey.28@us.af.mil or 803-299-2043 for further details regarding the solicitation process.
Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
Buyer not available
The U.S. Army is seeking information from small businesses for a Multiple Award Task Order Contract (MATOC) related to real property maintenance, alterations, and repairs at Tobyhanna Army Depot in Pennsylvania. The Army Contracting Command wants to identify potential small businesses that can perform basic facility maintenance and construction work, including interior renovations, HVAC, electrical, and landscaping. Businesses capable of meeting the general requirements are invited to submit voluntary responses by October 31, 2025, to the Contract Specialist, Justin Marino. There is no obligation for the government to award a contract based on this request for information.
AOC MACC Onboarding
Buyer not available
The Architect of the Capitol (AOC) is seeking qualified contractors for the Multiple Award Construction Contract (MACC) Onboarding, aimed at providing a range of construction services within the United States Capitol Complex and surrounding sites. This procurement involves a competitive indefinite-delivery indefinite-quantity (IDIQ) contract, with work encompassing maintenance, repair, alteration, and historical preservation/restoration projects, among others, with a total maximum ceiling of $250 million and a guaranteed minimum contract of $1,000. The selected contractors will be onboarded during Option Year 4 of the existing MACC IDIQ, which is critical for maintaining the integrity and functionality of the Capitol facilities. Interested parties must submit their proposals by January 9, 2025, and can direct inquiries to Matthew Hutcherson at matthew.hutcherson@aoc.gov for further information.