Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2026 SAM #8852
SPECIAL NOTICE

Z -- Synopsis for National Capital Region (NCR) Multiple Award Task Order Contract (MATOC)

Notice Date
2/18/2026 12:18:46 PM
 
Notice Type
Special Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
DEPT OF DEFENSE
 
ZIP Code
00000
 
Solicitation Number
W51EW7-26-R-A002
 
Response Due
2/27/2026 12:00:00 PM
 
Archive Date
03/14/2026
 
Point of Contact
Danette Wilson, Amy Hahka
 
E-Mail Address
danette.d.wilson.civ@army.mil, amy.k.hahka.civ@army.mil
(danette.d.wilson.civ@army.mil, amy.k.hahka.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS: Mission and Installation Contracting Command � Theater Support Center anticipates the release of a solicitation for a Firm Fixed Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for facility sustainment, restoration and modernization (SRM), to include renovation, repairs, and minor construction of real property on seven (7) Army installations located within or in close proximity of the National Capital Region (NCR) in support of U.S. Army Installation Management Command (IMCOM) Installation Directorate � Sustainment (ID-Sustainment). This acquisition will procure all labor necessary to complete SRM identified in each installation�s Annual Work Plan in accordance with (IAW) the Draft Statement of Work (SOW) dated 26 September 2025. The seven (7) installations included in this effort are geographically aligned within a 70-mile radius as provided below: U.S. Army Garrison Aberdeen Proving Ground (USAG-APG) Fort Belvoir (USAG-FBVA) Fort Detrick (USAG-DETI) Fort George G. Meade (USAG-Meade) Fort Walker (USAG-Walk) Joint Base Myer-Henderson Hall (USAG-Myer) Arlington National Cemetery (ANC) Potential SRM projects under the NCR MATOC effort include, but are not limited to, barracks, administrative facilities, museums, airfield structures (including rigid and flexible paving), roads, public safety facilities (police, fire, and crash rescue), athletic fields, underground utilities, overhead utilities, gates, cemeteries, warehouses, auditoriums, research and development and testing facilities, and other general construction work deemed necessary to support mission requirements. It is anticipated the Request for Proposal (RFP) will be solicited as a total Small Business Set-Aside (SBSA) under Federal Acquisition Regulation (FAR) Part 15. Contracting by Negotiation. The North American Industry Classification System (NAICS) Code for this requirement is 236210, Industrial Building Construction, size standard $45,000,000.00. The Government intends to utilize a Best Value Lowest Price Technically Acceptable (LPTA) source selection methodology, based on acceptable/unacceptable evaluation criteria established for Technical and Past Performance, IAW the terms and conditions of the final RFP. The Period of Performance (PoP) for this effort includes a five (5) year Ordering Period plus two (2) one-year Option Periods. If the Government decides to exercise one (1), or both, of the Option Periods, it will do so via Federal Acquisition Regulation (FAR) Clause 52.217-9, Option to Extend the Term of the Contract. 5-Year Ordering Period: 30 July 2026 � 29 July 2031 Option Year 1: 30 July 2031 � 29 July 2032 Option Year 2: 30 July 2032 � 29 July 2033 It is anticipated the solicitation will be issued electronically on or around 27 February 2026 on the System for Award Management (SAM) web page at http://www.sam.gov. Paper copies will not be available. Once the official solicitation is posted on www.sam.gov, Offerors shall deliver proposals through the Solicitation Module in Procurement Integrated Enterprise Environment (PIEE). Offerors are responsible for ensuring PIEE required registration and training are completed prior to the anticipated solicitation close date. PIEE training material and guides for registering and submitting proposals can be found at the links below and is provided to assist in locating the full scope of resources available at the PIEE website: https://piee.eb.mil/ PIEE Solicitation Module Training is available at the following: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml Once the official solicitation has been posted, please register as a source to be notified of RFP Amendments, Clarifications, etc. It is the responsibility of the Contractors (even those registered as a source) to check www.sam.gov frequently to ensure they have all available information. Any prospective Contractor must have an active registration in SAM to be eligible for award. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent notice. Any questions regarding this notice must be submitted via email to the POCs provided below: Contracting Officer: Danette Wilson; danette.d.wilson.civ@army.mil Contract Specialist: Amy Hahka; amy.k.hahka.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7a97974a230043e4bc5035265b0d9ca6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07718855-F 20260220/260218230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.