Skip to content
Department of Defense

USACE NWD Design Build MATOC

Solicitation: W9127N26SSR29453
Notice ID: 815f4d0a3e23460a9d38b7f198e5953e
TypeSources SoughtNAICS 237990PSCZ2QASet-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateORPostedFeb 23, 2026, 12:00 AM UTCDueFeb 27, 2026, 11:00 PM UTCCloses in 5 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: OR. Response deadline: Feb 27, 2026. Industry: NAICS 237990 • PSC Z2QA.

Market snapshot

Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.

12-month awarded value
$1,287,533,718
Sector total $33,072,247,130 • Share 3.9%
Live
Median
$551,853
P10–P90
$43,045$119,860,900
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.9%
share
Momentum (last 3 vs prior 3 buckets)
+48369%($1,282,231,886)
Deal sizing
$551,853 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 →
Map for OR
Live POP
Place of performance
Portland, Oregon • 97204 United States
State: OR
Contracting office
Portland, OR • 97204-3495 USA

Point of Contact

Name
Andrew Sprys
Email
andrew.j.sprys@usace.army.mil
Phone
Not available
Name
Cory Pfenning
Email
cory.r.pfenning@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTHWESTERN • ENDIST PORTLAND • W071 ENDIST PORTLAND
Contracting Office Address
Portland, OR
97204-3495 USA

More in NAICS 237990

Description

  1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.

This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond.

Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations.

North American Industrial Classification Code (NAICS): NAICS Code 237990, “Other Heavy and Civil Engineering Construction”. The related size standard is $45M. Federal Service Code: Z2QA Repair or Alteration of Restoration of Real Property (Public or Private).

Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Maura Timmermann at (402) 370-0095 or maura.j.timmermann@usace.army.mil.

Formal Sources Sought Response Due – 27-FEB-2026 at 3:00 pm PST.

  1. Project Background. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) is going to solicit a Multi-Award Task Order Contract (MATOC). The scope of this contract will encompass Design-Build and Design-Bid-Build projects involving new construction, repair, and renovation of civil works projects, facilities, roadways, and recreational areas within the Northwestern Division (NWD) Portland District (NWP), Walla Walla District (NWW), and Seattle District (NWS) project sites. The proposed project will be multiple Firm-Fixed Price (FFP) contracts. Responses to this sources sought announcement will be used by the government to determine the acquisition strategy.

  1. Project Scope.

Specific Work May Include:

  • Civil: Site utilities, drainage, paving, waterstop installation, and various geotechnical work.
  • Structural/Architectural Systems: Concrete, structural frames, hydraulic steel structures, fall protection, roofing, elevators, new buildings and building renovation.
  • Electrical Systems: Power distribution, generators, lighting, and control systems (SCADA/PLC, fire/security, ICT).
  • Mechanical Systems: Building MEP (HVAC, plumbing, fire protection) and industrial equipment (pumps, cranes, hydraulics, compressors).

  1. Anticipated Schedule: CENWP intends to advertise (09/2026) and award (03/2027) Construction Contract with estimated construction completion by the end of calendar year 2032.

Duration:

BASE: 5 Years, FY27-FY32

Minimum Task Order Value: Greater than SAT ($350k)

Maximum Task Order Value: $10M

  1. The estimated maximum capacity of this MATOC: $99,000,000.00

  1. Number and Type of Contracts: NWP contemplates awarding Multiple Indefinite Quantity, Indefinite Delivery, Firm Fixed Price Construction Task Order Contract Awards under this Design Build/Design Bid-Build MATOC.

  1. Anticipated Source Selection Process: The expected method to determine the best value to the government is Two Phase Design Build/Design Bid-Build Request for Proposals (RFP), Best Value Trade Off (BVTO).

  1. Anticipated Solicitation: June 2026 (Tentative)

  1. Anticipated Award: January 2027 (Tentative)

  1. New Requirement: Cybersecurity Maturity Model Certification (CMMC)

Cybersecurity is a top priority for the Department of War (DoW). To strengthen the cybersecurity of our defense industrial base (DIB) partners and better protect DoW information, the Department has implemented the Cybersecurity Maturity Model Certification (CMMC) Program. The CMMC program assesses and verifies a contractor's compliance with safeguarding requirements for Federal Contract Information (FCI) and Controlled Unclassified Information (CUI).

For this solicitation, your organization will be required to meet CMMC Level 2, which is focused on the broad protection of CUI.

Overview of CMMC Level 2 Requirements

As a condition of contract award, achievement of the specified CMMC level is mandatory. The key requirements for Level 2 include:

  • Assessment: You must undergo either a self-assessment or an independent assessment by an authorized CMMC Third-Party Assessment Organization (C3PAO) every three years. The specific type of assessment required will be detailed in the Phase 2 solicitation.

  • Compliance: The assessment will verify your implementation of the 110 security controls outlined in NIST SP 800-171 Revision 2.

  • Affirmation: You will be required to provide an annual affirmation of your compliance.

  1. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – W9127N26SSR29453 USACE NWD Design Build MATOC. Please email to Cory Pfenning, Contracting Officer, at Cory.R.Pfenning@usace.army.mil and Contracting Specialist Andrew Sprys, at Andrew.J.Sprys@usace.army.mil before 3:00 pm Pacific Standard time on 26 FEB 2026.

Interested parties’ responses to this Sources Sought shall be limited to six (6) pages and shall include the following information:

    1. Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID.

    1. Firm's business category and size:  Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB).

    1. An explanation of the prime firm’s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope.

    1. A description of work performed under similar project constraints and challenges.

    1. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available):

      • To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following:

Project Title

Contract Number

Contract award date

Customer name, phone number and email address

Prime or Subcontractor

Initial contract dollar value

Final contract dollar value

Initial contract completion date

Final contract completion date

Customer satisfaction

The Government may verify information in CPARS or PPIRS.

    1. Firm's Joint Venture information if applicable - existing and potential.

    1. Firm's Bonding Capability in the form of a letter from Surety.

    1. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates)

    1. Any other information the contractor feels the government needs to be aware of.

  1. Disclaimer and Important Notes.
    1. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted.

    1. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.

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.