The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for an Indefinite Delivery/Indefinite Quantity, Multiple Award Task Order Contract to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, and Small Business concerns. The NAICS code for the work is 236220. The total capacity of the MATOC pool is expected to be $90 million which will be shared amongst all contract holders. Work under this contract is expected to begin in May 2026 with a five-year ordering period.
The MATOC will comprise of a pool of contractors for execution of construction, renovation, and repair projects at Military and other Federal Facilities throughout the six New England States. Primarily, the work will be located within the New England District’s geographical boundaries (VT, ME, NH, MA, RI, CT) but this contract may extend within the USACE North Atlantic Division Region (NY, NJ, PA, MD, DE, VA, and Washington DC) in the continental United States.
The scope of this contract will encompass Design-Bid-Build new construction projects. It may also include a broad variety of minor repair, modification, rehabilitation, alterations, and/or preventive maintenance for vertical construction-type projects. The scope of work for vertical construction may include but is not limited to: structural systems, roof systems, mechanical systems, plumbing systems, heating, ventilation and air conditioning (HVAC) systems, fire suppression systems, fire alarm systems, electrical systems, telecommunication systems, security and force protection, and associated civil/site features (utilities, stormwater and wastewater management, parking, roadways, grading, landscaping, and site security). Task orders issued under this contract may also include minor standalone civil/site/infrastructure projects and the following types of work incidental to the vertical construction project: environmental abatement (such as lead paint or asbestos), general earthwork, miscellaneous interior/exterior elements, system testing, building commissioning, LEED, LID, EISA, EPACT, or historical building renovations.
Interested prime contractors only should submit a capabilities package to include qualifications and up to three project examples of past experience in performing the work requirements stated above. The qualifications portion of the package should include the following: 1) Identify the nature of work performed by the firm and the percentage of work typically self-performed; 2) Business classification (i.e. HUBZone, etc.); 3) Features of work typically performed by subcontractors; 4) Qualifications of the employees within the firm/team; 5) Subcontractor management; 6) Task order management; 7) The firm’s safety record. Proof of bonding capability is also required.
The firm should also describe their in-house capabilities to accomplish the above stated work requirements. The capabilities package should also address how the firm will meet or exceed the requirements of Federal Acquisition Regulation (FAR) 52.219-14 “Limitations on Subcontracting”. It should also describe the plan/method to be used in selection of subcontractors for disciplines not provided by in-house resources to ensure appropriate level of experience and quality of work.
The following should be included in the capabilities package for each of the project examples: 1) Description of Project; 2) Percentage and description of work performed by Contractor’s own forces; 3) Quality of Construction; 4) Timeliness of Performance; 5) Customer Satisfaction. The project examples must have been performed within the last five years. Please include a point of contact and phone number for each project example who may be contacted for further information on the contractor’s effort and performance.
In addition, the firm should also address the following questions related to Project Labor Agreements (PLA). The responses to these questions will support the District’s implementation of Executive Order 14063, Use of Project Labor Agreements for Federal Construction Projects (04 February 2022). A PLA will not be required for the initial award of the Multiple Award Task Order Contract but will be required for any individual task orders anticipated to be valued at over $35 million.
- Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation.
- Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete projects that may be procured under this IDIQ? If so, please elaborate and provide supporting documentation where possible.
- Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which potential projects under this IDIQ could be completed? If so, please elaborate and provide supporting documentation where possible.
- Identify specific reasons why or how you believe a PLA would advance the Federal Government’s interest in achieving economy and efficiency in Federal procurement.
- Identify specific reasons why you do not believe a PLA would advance the Federal Government’s interest in achieving economy and efficiency in Federal procurement.
- Identify any additional information you believe should be considered on the use of a PLA on potential projects under this IDIQ.
- Identify any additional information you believe should be considered on the non-use of a PLA on potential projects under this IDIQ.
Responses are due 4 September 2025 by 1pm EDT. Responses are limited to fifteen pages with font size no smaller than ten. Responses should be sent to Elizabeth Glasgow, Contract Specialist via email to Elizabeth.k.glasgow@usace.army.mil. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.