JOB ORDER CONTRACT – Construction, Region C (DE, MD, VA, WV)
ID: W15QKN-25-R-A034Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the U.S. Army Contracting Command – New Jersey, is seeking small businesses in the 8(a) program to fulfill a Job Order Contract (JOC) for construction, maintenance, and repair services across Delaware, Maryland, Virginia, and West Virginia. The contract, valued at over $10 million over five years, will be awarded under an Indefinite Delivery, Indefinite Quantity (IDIQ) framework, emphasizing high-quality project execution and compliance with safety and environmental regulations. Interested firms are required to submit a capabilities statement detailing their experience, 8(a) certification, and bonding capabilities by March 4, 2025, to the designated contacts, Christopher Naylor and Amber Mears, via email. This initiative aims to enhance competition and support small business participation in federal contracting opportunities.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the Job Order Contract (JOC) with the 99th Readiness Division, focusing on construction projects within its jurisdiction, which includes Delaware, Maryland, Virginia, and West Virginia. The SOW specifies that the contract is an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, emphasizing the need for high-quality project execution and adherence to various regulations during tasks such as maintenance, repair, alteration, and construction. Key responsibilities of the contractor include managing project execution, ensuring compliance with safety, environmental, and security regulations, maintaining quality control, and effectively managing communications through a prime contractor. Additionally, contractors must follow the RSMeans Unit Price Book for cost estimation, and address specific tasks from project initiation to closeout, including obtaining necessary permits. The document serves as a crucial guideline for contractors engaged in federal construction projects, highlighting the rigorous standards and requirements expected for successful project execution while ensuring compliance with governmental policies and regulations aimed at quality, safety, and environmental protection.
    The U.S. Army Contracting Command – New Jersey is conducting market research to identify small businesses in the 8(a) program capable of fulfilling a Job Order Contract (JOC) for facilities construction, maintenance, and repair in Delaware, Maryland, Virginia, and West Virginia. This initiative supports the 99th Readiness Division and involves an estimated contract value exceeding $10 million over five years. The potential solicitation will be reserved entirely for small businesses, with multiple awards anticipated. Interested firms must submit a capabilities statement along with pertinent company information, including experience with similar construction contracts, 8(a) certification details, and bonding capabilities. Submissions are due by March 4, 2025, via email to designated contacts. The document clarifies that this sources sought notice is informational and does not constitute a formal solicitation or commitment to award a contract. Respondents are encouraged to familiarize themselves with relevant platforms like the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) for submission processes. This effort aligns with federal procurement methods aimed at fostering competition and supporting small business participation in government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Job Order Contract (JOC) Region B
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Job Order Contract (JOC) in Region B, aimed at commercial and institutional building construction. This presolicitation opportunity is set aside for 8(a) certified businesses, focusing on the maintenance of office buildings under the NAICS code 236220 and PSC code Z1AA. The contract is crucial for ensuring the upkeep and functionality of military facilities, thereby supporting operational readiness. Interested parties can reach out to Timothy McCleary at timothy.j.mccleary.civ@army.mil or Sharon Wilson-Emmons at Sharon.Wilson-Emmons.civ@army.mil for further details, with the procurement process expected to unfold in the near future.
    Regional Job Order Contract (JOC) for General Construction
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Northwest, is soliciting proposals for a Regional Job Order Contract (JOC) focused on general construction projects. This contract is set aside for 8(a) certified businesses and aims to facilitate the repair or alteration of miscellaneous buildings within the state of Washington. The services procured under this contract are vital for maintaining and improving military infrastructure, ensuring operational readiness and safety. Interested contractors can reach out to Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or call 360-564-9519, or contact Jenell Schreiber at jenell.a.schreiber.civ@us.navy.mil or 360-994-8895 for further details.
    Regional Job Order Contract (JOC) for General Construction
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is seeking proposals for a Regional Job Order Contract (JOC) for General Construction, with an estimated total contract value not to exceed $99 million. This procurement aims to provide all necessary labor, materials, and supervision for minor construction, repairs, and alterations at various naval installations within the NAVFAC Northwest Area of Responsibility, primarily located in Washington State. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) source selection process, emphasizing corporate experience, safety, past performance, and technical solutions. Interested 8(a) firms must submit proposals by late April 2025, with the contract award anticipated by late June 2025. For further inquiries, contact Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or Jenell Schreiber at jenell.a.schreiber.civ@us.navy.mil.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Department of the Navy, is issuing a Special Notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations, which includes Washington D.C., Virginia, and Maryland. This procurement aims to engage contractors for large-scale construction projects, with a maximum contract value of $8 billion, structured over a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for a variety of construction tasks, including the development of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested contractors should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or call 202-716-5845 for further details and to ensure compliance with submission requirements.
    IDIQ JOC TOTAL WOMEN OWNED SMALL BUSINESS SET-ASIDE FOR COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION PROJECTS AT VARIOUS GOV FACILITIES WITHIN THE MARINE CORPS LOGISTICS BASE BARSTOW, MARINE CORPS AIR-GROUND COMBAT CETNER 29 PALMS, AN
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Southwest, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract set aside for Women-Owned Small Businesses (WOSB) to undertake commercial and institutional building construction projects at various government facilities, specifically within the Marine Corps Logistics Base Barstow and the Marine Corps Air-Ground Combat Center at 29 Palms. The procurement aims to engage qualified contractors for the repair or alteration of administrative facilities and service buildings, emphasizing the importance of supporting women-owned businesses in federal contracting. Interested parties can reach out to Heather Race at heather.l.race.civ@us.navy.mil or call (619) 705-4676 for further details regarding the solicitation process.
    IDIQ Small Business Multiple Award Construction Contract for General Construction Projects Primarily for the Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Small Business Multiple Award Construction Contract focused on general construction projects primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point in North Carolina. The contract, set aside for small businesses under NAICS code 236220, aims to enhance construction capabilities with an estimated value of up to $495 million over five years, including a 'seed project' for the Design Wing Relocation at Camp Lejeune. Interested contractors must demonstrate their qualifications through detailed project experience and past performance evaluations, with proposals subject to a comprehensive review process emphasizing both price and technical merit. For further inquiries, potential bidders can contact Jonathan M. Durham at jonathan.m.durham.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil, with proposal submissions due by the specified deadline.
    IDIQ JOC FOR SPECIALTY TRADE PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE MCLB BARSTOW, MCAGCC 29 PALMS, MWTC BRIDGEPORT, CALIFORNIA AOR AND OTHER LOCATIONS AS APPROVED
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on specialty trade projects at various government facilities within the Marine Corps Logistics Base Barstow, Marine Corps Air Ground Combat Center 29 Palms, Mountain Warfare Training Center Bridgeport, California, and other approved locations. The procurement aims to address repair or alteration needs for administrative facilities and service buildings, emphasizing the importance of maintaining operational readiness and infrastructure integrity at these military installations. Interested contractors should note that the primary point of contact for this opportunity is Heather Race, who can be reached at heather.l.race.civ@us.navy.mil or by phone at 619-705-4676 for further inquiries.
    W911SA25RA012 SOLICITATION 88th HOOSIER JOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the 88th Hoosier Job Order Contract (JOC) under solicitation number W911SA25RA012. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and focuses on commercial and institutional building construction, particularly the repair or alteration of miscellaneous buildings. The selected contractor will play a crucial role in maintaining and enhancing military infrastructure, which is vital for operational readiness. Interested parties can reach out to Kaleigh Nicksic at 502-898-7131 or via email at kaleigh.n.nicksic.civ@army.mil for further details regarding the submission process and requirements.
    ACC APG Tenant Division Competitive/Fair Opportunity Industry Updates FY 2025
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing updates on competitive acquisition opportunities for Fiscal Year 2025, specifically targeting 8(a) Small Business Set-Asides. The procurement includes a range of contracts focused on maintenance, construction, environmental management, and facility services, with significant projects such as a $100M - $110M minor construction recompete, a $12M - $15M forestry management support service, and a $20M - $24M stormwater management facilities maintenance contract. These initiatives underscore the government's commitment to engaging small businesses in vital infrastructure and environmental services while adhering to regulatory compliance. Interested vendors should direct their inquiries to Ms. Yadira Colon at yadira.i.colon.civ@army.mil, with updates and additional information to be posted regularly.
    Special Notice - Fort Moore Job Order Contract (JOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is announcing a Special Notice for a Job Order Contract (JOC) at Fort Moore, Georgia, aimed at small businesses. This procurement focuses on commercial and institutional building construction, particularly the repair or alteration of miscellaneous buildings, under NAICS code 236220 and PSC code Z2JZ. The opportunity is significant for small businesses looking to engage in federal contracting, as it is set aside entirely for small business participation. Interested parties can reach out to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further details.