Skip to content
Department of Defense

Synopsis for National Capital Region (NCR) Multiple Award Task Order Contract (MATOC)

Solicitation: W51EW7-26-R-A002
Notice ID: 7a97974a230043e4bc5035265b0d9ca6
TypeSpecial NoticeNAICS 236210PSCZ2JZSet-AsideSBADepartmentDepartment of DefensePostedFeb 18, 2026, 12:00 AM UTCDueFeb 27, 2026, 08:00 PM UTCCloses in 5 days

Special Notice from DEPT OF DEFENSE • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Feb 27, 2026. Industry: NAICS 236210 • PSC Z2JZ.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$546,655,675
Sector total $546,655,675 • Share 100.0%
Live
Median
$97,181
P10–P90
$33,967$992,402
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($546,655,675)
Deal sizing
$97,181 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
United States
Contracting office
Not listed

Point of Contact

Name
Danette Wilson
Email
danette.d.wilson.civ@army.mil
Phone
Not available
Name
Amy Hahka
Email
amy.k.hahka.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF DEFENSE
Subagency
Not available
Office
Not available
Contracting Office Address
Not available

More in NAICS 236210

Description

SYNOPSIS: Mission and Installation Contracting Command – Theater Support Center anticipates the release of a solicitation for a Firm Fixed Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for facility sustainment, restoration and modernization (SRM), to include renovation, repairs, and minor construction of real property on seven (7) Army installations located within or in close proximity of the National Capital Region (NCR) in support of U.S. Army Installation Management Command (IMCOM) Installation Directorate – Sustainment (ID-Sustainment). This acquisition will procure all labor necessary to complete SRM identified in each installation’s Annual Work Plan in accordance with (IAW) the Draft Statement of Work (SOW) dated 26 September 2025. The seven (7) installations included in this effort are geographically aligned within a 70-mile radius as provided below:

  1. U.S. Army Garrison Aberdeen Proving Ground (USAG-APG)
  2. Fort Belvoir (USAG-FBVA)
  3. Fort Detrick (USAG-DETI)
  4. Fort George G. Meade (USAG-Meade)
  5. Fort Walker (USAG-Walk)
  6. Joint Base Myer-Henderson Hall (USAG-Myer)
  7. Arlington National Cemetery (ANC)

Potential SRM projects under the NCR MATOC effort include, but are not limited to, barracks, administrative facilities, museums, airfield structures (including rigid and flexible paving), roads, public safety facilities (police, fire, and crash rescue), athletic fields, underground utilities, overhead utilities, gates, cemeteries, warehouses, auditoriums, research and development and testing facilities, and other general construction work deemed necessary to support mission requirements.

It is anticipated the Request for Proposal (RFP) will be solicited as a total Small Business Set-Aside (SBSA) under Federal Acquisition Regulation (FAR) Part 15. Contracting by Negotiation. The North American Industry Classification System (NAICS) Code for this requirement is 236210, Industrial Building Construction, size standard $45,000,000.00.

The Government intends to utilize a Best Value Lowest Price Technically Acceptable (LPTA) source selection methodology, based on acceptable/unacceptable evaluation criteria established for Technical and Past Performance, IAW the terms and conditions of the final RFP.

The Period of Performance (PoP) for this effort includes a five (5) year Ordering Period plus two (2) one-year Option Periods. If the Government decides to exercise one (1), or both, of the Option Periods, it will do so via Federal Acquisition Regulation (FAR) Clause 52.217-9, Option to Extend the Term of the Contract.

5-Year Ordering Period:                  30 July 2026 – 29 July 2031

Option Year 1:                                   30 July 2031 – 29 July 2032

Option Year 2:                                   30 July 2032 – 29 July 2033

It is anticipated the solicitation will be issued electronically on or around 27 February 2026 on the System for Award Management (SAM) web page at http://www.sam.gov. Paper copies will not be available.

Once the official solicitation is posted on www.sam.gov, Offerors shall deliver proposals through the Solicitation Module in Procurement Integrated Enterprise Environment (PIEE). Offerors are responsible for ensuring PIEE required registration and training are completed prior to the anticipated solicitation close date.

PIEE training material and guides for registering and submitting proposals can be found at the links below and is provided to assist in locating the full scope of resources available at the PIEE website: https://piee.eb.mil/

PIEE Solicitation Module Training is available at the following:

https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml  

https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml

Once the official solicitation has been posted, please register as a source to be notified of RFP Amendments, Clarifications, etc. It is the responsibility of the Contractors (even those registered as a source) to check www.sam.gov frequently to ensure they have all available information. Any prospective Contractor must have an active registration in SAM to be eligible for award.

The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent notice. Any questions regarding this notice must be submitted via email to the POCs provided below:

            Contracting Officer: Danette Wilson; danette.d.wilson.civ@army.mil

            Contract Specialist: Amy Hahka; amy.k.hahka.civ@army.mil

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.