Opportunity
SAM #W519TC_25_R0026
Design-Build and Construction Services MATOC for Industrial Base Modernization at GOCO Facilities
Buyer
W6QK ACC-RI
Posted
March 24, 2026
Respond By
May 07, 2026
Identifier
W519TC_25_R0026
NAICS
236220, 541330, 541310, 541350, 236210
This opportunity involves a major Army procurement for industrial base modernization at multiple Government-Owned, Contractor-Operated (GOCO) Army Ammunition Plants (AAPs): - Government Buyer: - Department of the Army, Department of Defense - Army Contracting Command – Rock Island (ACC-RI) - Scope of Work: - Multiple Award Task Order Contract (MATOC) for design, construction, and commissioning services - Modernization of energetic material manufacturing lines, load/assembly/pack lines, shell casing and metal parts production lines - Facility upgrades, energy and environmental projects, and full commissioning of new or upgraded facilities - All personnel, equipment, supplies, and supervision for architectural, engineering, design, construction, and commissioning provided by contractors - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Products/Services Requested: - Comprehensive design, build, and commissioning services for industrial base modernization - No part numbers or quantities specified - Unique/Notable Requirements: - Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure with a five-year ordering period - Full and open competition using a Highest Technically Rated Offeror (HTRO) self-scoring methodology - Price evaluated at the task order level - Places of Performance: - Holston AAP (TN), Iowa AAP (IA), Lake City AAP (MO), Milan AAP (TN), Scranton AAP (PA), Radford AAP (VA), Quad City Cartridge Case Facility (IL) - Contracting office at ACC Rock Island, IL
Description
The Army Contracting Command – Rock Island (ACC-RI) on behalf of Project Lead Joint Services (PL JS) intends to issue a Request for Proposal (RFP) to establish a Multiple Award Task Order Contract (MATOC) to provide comprehensive Design, Build, and Commissioning support for modernization efforts at the Department of War (DOW) Government-Owned, Contractor-Operated (GOCO) Army Ammunition Plants (AAPs) identified hereafter
The scope of this MATOC is broad and covers a wide range of substantial projects utilizing various methods, including design-build, design-bid-build, and progressive design-build. Projects will support the modernization of the Army’s industrial base and may include, but are not limited to:
Design, construction and commissioning of energetic material manufacturing lines (e.g., explosives, propellants). Load, assembly, and pack lines. Shell casing and metal parts production lines. Building upgrades, energy projects, and environmental projects. Full commissioning of new or upgraded facilities to prove production capability and readiness.
Successful offerors will be responsible for providing all personnel, equipment, supplies, supervision, architectural, engineering, design, construction, and commissioning work as defined in subsequent Task Orders (TOs) issued under the MATOC.
Contract Vehicle: The Government will award a MATOC Indefinite Delivery/Indefinite Quantity (IDIQ) contract.
Period of Performance: The MATOC ordering period will be five (5) years from the date of award.
Competition Strategy: This will be a Full and Open Competition.
Anticipated RFP Release: The Government anticipates the formal RFP will be released in April 2026.
Place of Performance: Work at the TO level under the MATOC will be performed at the following GOCO AAPs:
Holston AAP (HSAAP), Kingsport, TN
Iowa AAP (IAAAP), Middletown, IA
Lake City AAP (LCAAP), Independence, MO
Milan AAP (MLAAP), Milan, TN
Scranton AAP (SCAAP), Scranton, PA
Radford AAP (RFAAP), Radford, VA
Quad City Cartridge Case Facility (QCCCF), Rock Island, IL
Evaluation Approach
The Government intends to award a MATOC to all responsible offerors whose proposals are determined to meet or exceed the Minimum Technical Threshold Rating (MTTR). The source selection will be conducted in accordance with Revolutionary FAR Overhaul 15.2, using a Highest Technically Rated Offeror (HTRO) self-scoring methodology. Price will not be an evaluation factor for the MATOC award but will be evaluated at the individual TO level.
Disclaimer
This pre-solicitation synopsis is for informational purposes only and is not a request for proposal (RFP). The Government is not seeking proposals at this time. The official RFP, containing all information needed to submit a proposal, will be published on Procurement Integrated Enterprise Environment. Interested parties are responsible for monitoring SAM.gov for the solicitation and any related documents or amendments.