- 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
Design-Build, Design-Bid-Build, Unrestricted with SB Business Reserve, Vertical Construction MATOC
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: OK. Industry: NAICS 236220 • PSC Y1JZ.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 236220
Description
*UPDATE
*The SB/UR Onboarding Virtual Industry Event was held on Feb 9, 2026, at 2:30 pm CT. The attendee list and slide show presentation has been provided in the "Attachments/Links" tab.
This is a PRE-SOLICITATION notice for the sole purpose of refreshing the existing Unrestricted pool of a Design-Build, Design-Bid-Build, Unrestricted Award with a SB Business Reserve, Vertical Construction Multiple-Award, Task Order Contract (MATOC) with up to four additional Unrestricted or Large Businesses for Construction Services, primarily to support the Tulsa District and may be used within the Southwestern Division (SWD) Area of Responsibility (AOR). AT THIS TIME, WE ARE NOT ONBOARDING ANY NEW RESTRICTED OR SMALL BUSINESSES. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.
Please NOTE this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to any contract award. The NIST score is a responsiveness item. A missing NIST score is a “minor clarification” or “limited exchange” of information and offeror is given opportunity to cure the defect; i.e. comply w / NIST score requirement. If an offeror refused to comply, they are deemed not responsible.
Please Note: This solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS). The NIST score is required before an award can be made.
Reference the previous solicitation number W912BV22R0004 in SAM.Gov. The following contractors have been awarded an IDC with this MATOC: Ross Group Construction Corporation, LLC (W912BV25D0039); Gideon Contracting, Limited Liability (W912BV25D0040); Southwind Construction Services, LLC (W912BV25D0041); SEA PAC Engineering Inc. (W912BV25D0042); and Bristol Design Build Services, LLC (W912BV25D0043).
This MATOC provides a target of five (5) small businesses for the reserve, and a target of five (5) unrestricted firms with a total value of $495 million in shared contract capacity. Four Small Business awards for the reserve have been made to those Small Business firms evaluated as the best value contractors regardless of socioeconomic category. The acquisition incorporates the contract reserve process IAW FAR 19.504(c)(1)(i), Orders under Reserves. At the task order level, if the requirement under FAR 19.504(c)(1)(i) is not met, fair opportunity will be provided to all offerors within MATOC. The resulting Indefinite Delivery Contracts (IDC), Multiple-Award Task Order Contracts (MATOCs) will utilize the best value trade-off process. The MATOCs will have a 5-year base period with no options. The estimated amount of the shared contract capacity is $495 million. This MATOC is primarily for SWT and may be used within the SWD AOR.
The MATOC will be predominately used to support vertical construction projects associated with the Sustainment, Restoration, and Modernization and Military Construction projects. Projects that are military funded and include horizontal construction, will also be considered within scope. The primary area(s) of performance within the SWT AOR are military installations in Oklahoma and north Texas. Specific area(s) of performance will be identified at the time of individual task order award(s). The resultant MATOC will have a target of 10 contract holders with a total shared capacity of $495,000,000.00. Construction projects associated with the proposed MATOC will be DBB and DB projects. The scope of this SWT/SWD MATOC includes, but is not limited to, design, new construction, repair, and/or alteration to sustain, restore, replace and/or modernize administration buildings, health facilities, warehouses, office spaces, dormitories, dining facilities, aircraft hangars, classrooms, ancillary facilities or others as defined in the task order requirements. The North American Industry Classification System code for this procurement is 236220.
Planned Key Dates:
- SB/UR Onboarding Virtual Industry Event: Feb 9, 2026, at 2:30 pm CT *Meeting Link Provided with this notice
- Anticipated phase 1 solicitation issuance date: *on or around 18 February 2026
If interested in the SB/UR Onboarding Virtual Industry Event on 9 Feb 2026 notify Tyler Godwin at Email: tyler.l.godwin@usace.army.mil by NLT 10:00 am Central Time and provide Mr. Godwin with the following information.
Company Name:
Attendee(s) Name(s):
E-mail Address:
Phone Number:
All interested firms must be registered at SAM.gov to be eligible for award of a Government contracts. Mail or email your response to Tyler Godwin, USACE – Tulsa District, 2488 E 81st Street, Tulsa, OK 74137; Email: tyler.l.godwin@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.