Montana Construction MULTIPLE AWARD TASK ORDER CONTRACT (MATOC)
ID: W50S7L25RA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NK USPFO ACTIVITY MT ARNGFORT HARRISON, MT, 59636-4789, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    The Department of Defense, through the Army National Guard, is soliciting proposals for a Montana Construction Multiple Award Task Order Contract (MATOC) aimed at providing maintenance, repair, and construction services primarily for the National Guard activities in Montana. This opportunity is a total small business set-aside, with a total program ceiling of $45 million over a five-year ordering period, and it seeks to award contracts to all qualifying small business offerors for various construction projects, including electrical, mechanical, and roofing work. Proposals must be submitted electronically by August 28, 2025, at 2:00 PM local time, and interested contractors are encouraged to attend a pre-proposal conference on August 7, 2025, in Great Falls, Montana. For further inquiries, contact Adam Sackman at adam.d.sackman.civ@army.mil or Jodi Zolynski at jodi.l.zolynski.civ@army.mil.

    Files
    Title
    Posted
    This memorandum addresses questions and answers for Solicitation No. W9124V25RA001 from the National Guard Bureau for Montana. Key clarifications include: offerors only need one of their four required projects to meet specific criteria, and only one of the projects submitted must have been performed in Montana, rather than all. Table of contents and cover sheets do not count towards page limits. The solicitation is an indefinite delivery, indefinite quantity ordering vehicle, so no dollar amount is required for CLIN 0001. RFI's are encouraged. REAL ID or passports are required for base access, as standard driver's licenses will not suffice. Businesses must ensure their SAM.gov registration is active to prevent award delays. The solicitation aims to establish a pool of contractors for construction requirements through a Multiple Award Task Order Contract (MATOC) for projects primarily with the 120th Air Wing, with a small chance of other Army Guard Armory projects.
    This document is a Request for Proposal (RFP) for the Montana Multiple Award Task Order Contract (MATOC) for construction, repair, and maintenance services for the National Guard in Montana. The government intends to award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts to all qualified small business offerors, with a total program ceiling of $45 million over a five-year ordering period. The scope of work includes various construction, electrical, mechanical, fire suppression, roofing, concrete, and asphalt paving projects. Proposals are due by August 28, 2025, at 2:00 PM local time. A pre-proposal conference will be held on August 7, 2025. Proposals must be submitted electronically and include a Pro Forma Documents volume and a Technical Proposal volume, addressing corporate experience, past performance, and single project bonding capability. Each factor is rated as Acceptable or Unacceptable, and offerors must receive an "Acceptable" rating for all factors to be considered for award. The government plans to make awards without discussions, so offerors should submit their best terms initially. Specific requirements for corporate experience include submitting 4-5 projects demonstrating experience in new construction in Montana ($250,000+), roof installation/repair ($100,000+), mechanical system construction/repair ($50,000+), and facility renovation/repair ($100,000+). Past performance will be evaluated based on CPARS reports or Past Performance Questionnaires (PPQs) from clients. Offerors must also provide a letter from a certified surety company confirming bonding capability of at least $1,000,000 for a single construction project. All communication and amendments will be posted on SAM.gov.
    This government solicitation amendment outlines key changes and evaluation criteria for awarding Multiple Award Task Order Contracts (MATOCs). It extends the proposal due date to August 28, 2025, and revises the submission time to 2:00 PM. The document details three equally weighted evaluation factors: Corporate Experience, Past Performance, and Single Project Bonding Capability. Offerors must submit 4-5 relevant projects demonstrating specific construction experience (new construction, roofing, mechanical systems, renovation/repair) with minimum dollar values, all completed within the last five years. Past performance will be assessed based on CPARS reports or Past Performance Questionnaires (PPQs) from clients. Offerors must also provide a letter from a certified surety confirming a bonding capacity of at least $1,000,000 for a single construction project. The government intends to award without discussions, emphasizing the need for complete and accurate initial offers. Proposals will be rated Acceptable/Unacceptable for each factor, with an "Unacceptable" rating in any factor leading to disqualification.
    This government solicitation is for the Montana Construction Multiple Award Task Order Contracts (MATOC), aimed at securing indefinite delivery/indefinite quantity (IDIQ) contracts for maintenance, repair, and construction services in support of National Guard activities across Montana. The total value of contracts awarded will not exceed $45 million over a five-year period, with a commitment to small business participation. Offerors must provide detailed proposals demonstrating their corporate experience, past performance, and bonding capabilities to be deemed eligible for contract awards. Proposals will be evaluated based on their adherence to proposal requirements, technical capabilities, and comparative past performance, particularly for projects completed recently in Montana. All submitted projects must demonstrate relevant experience, and companies are encouraged to attend pre-proposal conferences to ask questions and clarify details. The document emphasizes the importance of a thorough proposal process, adherence to submission guidelines, and maintaining compliance with FAR requirements, ultimately aiming to ensure quality and efficiency in government contracting for construction-related services. The solicitation can be found on the SAM.gov website under contracting opportunities.
    RFP W50S7L-25-R-A003, titled “EXHIBIT A - PERFORMANCE RELEVANCY QUESTIONNAIRE,” is a crucial document for offerors responding to a federal government Request for Proposal (RFP) for a Multiple Award Task Order Contract (MATOC). This exhibit requires offerors to provide detailed information about their past project performance, specifically on projects completed within the last five years that are relevant to the Factor 1 requirements (e.g., roofing, mechanical systems, renovation, or repair). Offerors must complete one questionnaire for each project, detailing contract specifics such as contract number, value, completion dates, and reasons for modifications. The document also mandates a comprehensive description of the work performed, highlighting the offeror’s specific contributions and those of major subcontractors. Furthermore, it asks for unique technical areas relevant to the solicitation and requires contact information for the owner/government agency’s contracting officer or inspector. This questionnaire serves to assess an offeror’s past performance and technical capabilities, which are critical for evaluating their suitability for future MATOC projects.
    The document outlines the requirements for submitting a Performance Relevancy Questionnaire as part of a proposal for the MATOC RFP W50S7L-25-R-A003. It stipulates that each proposal must include one questionnaire per project, with projects dating back no more than five years. The questionnaire gathers essential information about the contractor's performance, including contract details, project descriptions, and modifications. Offerors must provide specific insights into the work performed, detailing contributions from both the offeror and major subcontractors, while indicating whether subcontractors will be utilized for MATOC projects. Additionally, the document requests contact information for project representatives within the owner or government agencies to facilitate communication. The purpose of this questionnaire is to evaluate the offeror’s qualifications, focusing on their experience and competencies related to roofing, mechanical systems, renovations, or repairs relevant to the solicitation. Ultimately, this will aid in assessing the suitability of contractors for the projects outlined in the RFP.
    The document, Solicitation W50S7L-25-R-A003 EXHIBIT B, outlines the instructions and format for a Past Performance Questionnaire (PPQ) for offerors submitting proposals to the Montana National Guard (MTNG). This PPQ is crucial for evaluating a firm's past performance, especially for projects lacking Contractor Performance Assessment Reporting System (CPARS) evaluations. Offerors are responsible for sending the questionnaires to project owners, contracting officers, or commercial references, and encouraging timely returns. The package must include a cover letter and respondent information rating sheets, with the offeror's name on each page. Completed questionnaires are to be sent directly to the Contracting Office, either electronically or via physical mail, by a specified deadline. The questionnaire covers contractor and contract information, project descriptions, and client details. It includes a comprehensive rating system with definitions (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) across various performance areas: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, and Safety/Security. Clients are requested to complete the questionnaire and submit it directly to specified MTNG contacts. The government reserves the right to verify all information.
    The document outlines the procedures for completing and submitting a Past Performance Questionnaire as part of the solicitation W50S7L-25-R-A003 for the Montana National Guard. Offerors must send these questionnaires to references from past projects lacking Contractor Performance Assessment Reporting System (CPARS) evaluations, focusing on both government and commercial contracts. It includes detailed instructions for preparing a questionnaire package that consists of a cover letter and specific evaluation sheets for client feedback on the contractor’s performance. The evaluation assesses various performance metrics including quality, timeliness, customer satisfaction, management, cost management, safety, and overall performance, with a rating scale ranging from Exceptional to Unsatisfactory. The document emphasizes the importance of these evaluations in the proposal evaluation process and confidentiality of the responses. Completed questionnaires must be sent electronically to designated officials by a specified deadline, ensuring a streamlined evaluation for the proposal submission. This process underscores the federal acquisition regulations that govern contractor evaluations and their relevance to securing future contracts.
    The National Guard Bureau (NGB-AQ) is seeking contractors for a Montana Construction Multiple Award Task Order Contract (MATOC) with a shared capacity of $45M over a five-year ordering period. This 100% small business set-aside under NAICS 236220 aims to award contracts to all qualifying offerors for a broad range of maintenance, repair, and construction activities, primarily at the MT Air National Guard base in Great Falls. Proposals must be submitted electronically and include a Pro Forma volume and a Technical Proposal covering Corporate Experience (4-5 projects, including specific types and values, within 5 years), Past Performance (CPARS or PPQs for each project), and Single Project Bonding Capacity ($1M). Awards will be based on acceptability across all factors, with no price evaluation during the initial award phase. Task orders will be project-specific, requiring price proposals, bid bonds, and limited technical submittals.
    The document details a pre-proposal conference attendance sheet for the Montana Construction MATOC, held on August 7, 2025, including contact information for representatives from various companies. Key attendees include Adam Sackman from USPFO for MT- Army NG, Christian Oliver from Condition 1 Food Service Solutions, and multiple representatives from construction companies like A&R Construction MT and Wadsworth Builders Co., Inc. The sheet contains names, titles, emails, and phone numbers for each listed individual.
    This amendment to Solicitation W50S7L25RA003, titled 'Montana Construction MATOC Solicitation,' outlines instructions for a Multi-Award Task Order Contract (MATOC) for construction services at National Guard locations in Montana. The government intends to award indefinite-delivery, indefinite-quantity (IDIQ) contracts to all qualified small business offerors, with a program ceiling of $45 million over five years. The contract focuses on maintenance, repair, and construction services, primarily for projects under $1 million. Key updates include confirming a solicitation conference on August 7th, 2025, clarifying base access procedures, and adding FAR Clause 52.223-23 deviation. Offerors must acknowledge amendments and submit questions in writing by the specified deadlines. The document emphasizes strict compliance with all solicitation instructions, warning that failure to provide a complete proposal may result in rejection.
    The government solicitation outlines a Request for Proposals (RFP) for an Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focusing on maintenance, repair, and construction services for the Montana National Guard. This initiative, totaling up to $45 million, targets small businesses and includes a five-year contract period. The document specifies that proposals must be submitted electronically, adhering to complete and regulatory criteria to be considered "acceptable." Offerors must demonstrate relevant corporate experience, past performance, and bonding capability, ensuring all projects submitted meet defined monetary thresholds. Evaluation factors include corporate experience in similar projects, satisfactory past performance ratings, and a letter confirming bonding capacity of at least $1 million. The RFP emphasizes transparency in the bidding process, encouraging participation in a pre-proposal conference for prospective contractors. The overall goal is to expedite the awarding of contracts while ensuring compliance with federal acquisition regulations, thereby enhancing support for National Guard activities in Montana.
    This document amends a solicitation for construction services related to the "Montana Construction MATOC Solicitation," aiming to award indefinite-delivery, indefinite-quantity (IDIQ) contracts primarily to small businesses for projects under $1 million. The amendment confirms details for an upcoming solicitation conference and introduces a new FAR Clause regarding sustainable products. It emphasizes the importance of acknowledging receipt of the amendment, the necessity for pre-registration to attend the conference, and establishes deadlines for submissions of questions and proposals. The Government may issue further solicitations within this contract framework, including maintenance and repair works on various facilities and systems. Individual task orders will be issued based on competitiveness among awardees, with a structured proposal process outlined, emphasizing the importance of complying with submission requirements. The document concludes with stipulations regarding contractor responsibilities and clarifications for any exceptions to solicitation requirements, maintaining the integrity of the proposal process. Overall, the amendment serves to clarify procedures and expectations for contractors interested in participating in this federal procurement initiative, reinforcing accountability and compliance in the bidding process.
    Similar Opportunities
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    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.
    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.
    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.
    Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is announcing a forthcoming solicitation for a Multiple Award Task Order Contract (MATOC) focused on construction work in Idaho, Montana, and surrounding areas. The opportunity includes a sample project for the rehabilitation of the parking area at the Glacier National Park Headquarters, designated as MT NP GLAC P HQ(3), which will be evaluated based solely on pricing, although it will not be awarded or constructed. This initiative underscores the government's commitment to enhancing infrastructure within national parks while adhering to federal and state guidelines for construction projects. Interested contractors are encouraged to visit the project site in West Glacier, Montana, before winter conditions limit access, and should direct technical inquiries via email to the provided address. The MATOC solicitation documents are expected to be available during the winter of 2024/2025, with updates accessible on the SAM site.
    West Branch Design-Build Multiple Award Task Order Contract (MATOC)
    Buyer not available
    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. This opportunity is specifically set aside for small businesses and encompasses a range of projects including Sustainment, Restoration, and Modernization (SRM), minor Military Construction (MILCON), and support for various military and civil works programs within the Southern California region. The contract, valued at up to $99 million, will last for five years and will allow for the construction, renovation, and maintenance of facilities at key military installations such as March Air Reserve Base and Edwards Air Force Base. Interested parties can reach out to Cameron Stokes at Cameron.Stokes@usace.army.mil or by phone at 213-452-3009 for further details.
    Matador Manor Streetlights
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 341st Contracting Squadron, is seeking sources for the removal and replacement of streetlights, poles, and concrete bases at Malmstrom Air Force Base (AFB) in Montana. The project includes the installation of new circuits, conduits, conductors, and connections to existing transformers, with conduits to be installed via directional drilling. This procurement is a 100% Small Business set-aside under NAICS code 237130, with an estimated contract value between $500,000 and $1,000,000, aimed at engaging small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB) as prime contractors. Interested parties must submit their business information, including small business status and Cage Code/UIE, to 1st Lt Alessandra Ramirez by December 9, 2025, to be considered for this opportunity.
    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.
    Dorm 742 Renovation
    Buyer not available
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Buyer not available
    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.
    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.