Skip to content
Department of Defense

$90M Indefinite Delivery Indefinite Quantity (IDIQ), Sustainment Restoration and Modernization (SRM) Construction, Multiple Award Task Order Contract (MATOC)

Solicitation: W912BU26RA003
Notice ID: 6ebfc1ff1f1e4d64ab8cf471838ad32e
TypeSolicitationNAICS 236220PSCZ2AASet-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyPostedJan 28, 2026, 12:00 AM UTCDueFeb 09, 2026, 10:00 PM UTCExpired

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: {"streetAddress":"","zip":""}. Response deadline: Feb 09, 2026. Industry: NAICS 236220 • PSC Z2AA.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912BU26RA003. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$26,076,835,157
Sector total $33,290,444,816 • Share 78.3%
Live
Median
$491,018
P10–P90
$0$61,188,535
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.3%
share
Momentum (last 3 vs prior 3 buckets)
+74642%($26,007,149,781)
Deal sizing
$491,018 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"streetAddress":"","zip":""}
Contracting office
Philadelphia, PA • 19103-0000 USA

Point of Contact

Name
Tiffany Chisholm
Email
tiffany.z.chisholm@usace.army.mil
Phone
2156566761

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTH ATLANTIC • ENDIST PHILADELPHIA • W2SD ENDIST PHILADELPHIA
Contracting Office Address
Philadelphia, PA
19103-0000 USA

More in NAICS 236220

Description

SOLICITATION : The U.S. Army Corps of Engineers, Philadelphia District, is issuing this solicitation / Request for Proposal (RFP) for a Multiple Award Task Order Construction Contract (MATOC) to support Design-Build (DB) and Design-Bid-Build (DBB) construction projects within the Philadelphia District and North Atlantic Division?s Areas of Responsibility (AOR). The majority of task orders will be within the Philadelphia District AOR. This MATOC will be exclusively set-aside for small businesses and will utilize a two-phase, best-value tradeoff selection process using procedures in FAR 36.3 and FAR 15. Up to five contract awards are anticipated, based on proposals evaluated for both price and technical merit. The NAICS Code is 236220, with a small business size standard of $45 million. The total contract ceiling is $90 million to be shared among the awardees over a 5-year ordering period. The scope of work includes renovation, new construction, and minor repair, modification, rehabilitation, and alterations of existing buildings. Projects will cover a broad range of construction disciplines, including vertical construction, foundation, infrastructure, site utilities, superstructure, building systems, mechanical, electrical, fire protection, HVAC, and other related work. Additional services may include demolition, geotechnical investigations, and security and force protection (AT/FP) projects. Contractors will be required to meet all access and security requirements specific to each project. Phase I of the acquisition is open to all qualified small business offerors. Those offerors selected to advance to Phase 2 will be provided with the Phase 2 requirements via an amendment. Phase 1 proposals are due NLT 02 FEBRUARY 2026, 5PM EST through the PIEE enterprise. AMENDMENT 0001- This amendment updates the proposal due date and Description Box 10 of the SF1442. AMENDMENT 0002- This amendment provides Government responses to RFIs received from prospective offerors.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.