Skip to content
Department of Defense

Enterprise General Construction MATOC - Request for Information

Solicitation: FA664326_0002
Notice ID: b918e2dc2a5f490b8d484a138e68cc2f
TypeSources SoughtNAICS 236220PSCZ2QADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateGAPostedFeb 06, 2026, 12:00 AM UTCDueFeb 17, 2026, 07:00 PM UTCExpired

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Feb 17, 2026. Industry: NAICS 236220 • PSC Z2QA.

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: FA664326_0002. 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 $33,288,811,062 • 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 →
Map for GA
Live POP
Place of performance
Warner Robins, Georgia • United States
State: GA
Contracting office
Robins Afb, GA • 31098-1637 USA

Point of Contact

Name
Biannica Glay
Email
biannica.glay@us.af.mil
Phone
Not available
Name
Craig Keelen
Email
craig.keelen@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE RESERVE COMMAND
Office
FA6643 AF RESERVE CMD HQ AFRC PK
Contracting Office Address
Robins Afb, GA
31098-1637 USA

More in NAICS 236220

Description

CONTRACTING OFFICE ADDRESS

Department of the Air Force, Headquarters (HQ) Air Force Reserves Command (AFRC)/PK, Robins Air Force Base – 741 Lakeside Dr, Warner Robins, Georgia 31098. 

POINT OF CONTACT

Submit Responses to:

Ms. Biannica Glay at biannica.glay@us.af.mil, AND

Mr. Craig Keelen at craig.keelen@us.af.mil

All responses shall be submitted no later than Tuesday, 17 February 2026 by 2:00 pm EST.

REQUIREMENT DESCRIPTION

This is a Request for Information (RFI), NOT a Request for Quote (RFQ) or Request for Proposal (RFP). This RFI will be utilized for market research purposes ONLY, in order to assist with the planning and potential procurement of a Multiple Award Task Order Contract (MATOC) for general construction projects across the continental United States.  

The information provided in the RFI is subject to change and is not binding on the Government. Responses to these notices are not offers and cannot/will not be accepted by the Government to form a binding contract. All submissions become Government property and will not be returned.

DRAFT SCOPE

General Scope: The overall scope includes the execution of general construction projects, which may involve new construction, alteration, renovation, demolition, and repair of real property and infrastructure. 

Potential Types of Work: The following list is representative of the types of work that may be ordered under this contract but is not exhaustive. The Government reserves the right to order other construction services not explicitly listed that fall within the general scope of this PWS. 

  • Facility Repair and Renovation: Interior and exterior alterations, including carpentry, drywall, flooring, and finishing work. 
  • Roofing Systems: Repair, replacement, and maintenance of various roofing systems. 
  • Mechanical Systems: Repair and replacement-in-kind of Heating, Ventilation, and Air Conditioning (HVAC) components and systems. 
  • Electrical and Plumbing Systems: Upgrades, repair, and maintenance of interior and exterior systems. 
  • Painting and Coatings: Application of interior/exterior paint and protective coatings. 
  • Horizontal Construction: Paving and repair of roads, parking lots, and sidewalks; application of pavement markings and striping. 
  • Airfield Maintenance: Specialized airfield work, including runway/taxiway rubber removal and minor pavement repairs. 
  • Site Work and Demolition: Including excavation, grading, drainage, and demolition of facilities. 

PERFORMANCE LOCATIONS (not all inclusive)

  • Grissom, Indiana
  • March, California
  • Niagara, New York
  • Pittsburgh, Pennsylvania
  • Westover, Massachusetts
  • Carswell, Texas
  • Homestead, Florida
  • Dobbins, Georgia
  • Warner Robins, Georgia
  • Minneapolis, Minnesota
  • Youngstown, Ohio

PURPOSE

The purpose of this notice is to conduct additional market research for a known agency requirement. The Government seeks industry comments in response to specific questions listed below.

The information gathered will be used to refine the scope, structure, and terms of a potential future solicitation.

IAW FAR 15.201(c)(4), the Contracting Officer may host one-on-one meetings with any or all potential offerors who provide an adequate response to the RFI/SS, without further public notice.

NAICS CODE

Tentative North American Industrial Classification System (NAICS) Code is 236220 – Commercial and Industrial Building Construction. Please NOTE: this is a tentative NAICS Code and may be subject to change as a result of additional market research.

ANTICIPATED CONTRACT TYPE/PERIOD OF PERFORMANCE

The Government anticipates awarding one or more Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. The resultant contracts will have a continuous five-year ordering period.

Individual task orders issued will be Firm-Fixed-Price (FFP) and will contain their own unique Period of Performance.

Throughout the ordering period, the Government will monitor contractor performance via mechanisms such as Contractor Performance Assessment Reporting System (CPARS). The Government may also include provisions for on-ramping new contractors or off-ramping existing contractors to ensure a robust, competitive, and high-performing industrial base. The solicitation may also include FAR Clause 52.217-9, Option to Extend the Term of the Contract, for a potential six-month extension to the ordering period

PROJECTED CONTRACT AWARD DATE

TBD – FY27

PROJECTED VALUE

$100M+

INFORMATION REQUESTED

All interested vendors must submit their responses by completing the 16-question survey at the following link:

https://forms.osi.apps.mil/r/vyzZ2yYZaP

A complete and sufficient response to all questions is mandatory. The Contracting Officer will deem submissions with incomplete or insufficient answers unacceptable.

Please be advised that a capabilities statement or brief is not requested and should not be submitted. Only responses provided through the official Microsoft Forms link will be considered.

The Contracting Officer will review and consider all responses and/or questions received. However, the Contracting Officer is not required to implement any of the feedback and/or suggestions received. The Contracting Officer will not provide a written and/or verbal response to any questions received.

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.