Skip to content
Department of Defense

Design-Build, Design-Bid-Build, Unrestricted with SB Business Reserve, Vertical Construction MATOC

Solicitation: W912BV26RA021
Notice ID: fadaf6119868480583408be84fb07bdf

Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: OK. Industry: NAICS 236220 • PSC Y1JZ.

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: W912BV26RA021. 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
$26,075,201,402
Sector total $33,288,811,062 • Share 78.3%
Live
Median
$451,509
P10–P90
$0$70,641,402
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)
+74637%($26,005,516,026)
Deal sizing
$451,509 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 OK
Live POP
Place of performance
Tulsa, Oklahoma • United States
State: OK
Contracting office
Tulsa, OK • 74137-4290 USA

Point of Contact

Name
Tyler Godwin
Email
tyler.l.godwin@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 SOUTHWESTERN • ENDIST TULSA • W076 ENDIST TULSA
Contracting Office Address
Tulsa, OK
74137-4290 USA

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.

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.