Ft. Irwin Job Ordering Contract (JOC) Services
ID: W5168W24R0019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-0000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Installation Management Command, is seeking qualified contractors to provide Job Order Contract (JOC) services at Fort Irwin, California. This procurement involves a range of construction and repair projects under a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with an estimated project value between $75 million and $100 million over a five-year period. The selected contractor will be responsible for executing various tasks, including facility repairs and infrastructure improvements, while adhering to stringent safety and regulatory standards. Proposals are due by September 26, 2024, and interested parties should direct inquiries to Caley Neel at caley.n.neel.civ@army.mil or Andrew Graham at andrew.s.graham6.civ@army.mil.

    Files
    Title
    Posted
    The document outlines a Job Order Contracting (JOC) agreement for construction and repair services at Fort Irwin, California, and associated sites. The primary objective is to provide a range of real property repair and construction services, including administration facilities, maintenance shops, and various infrastructure projects. The contractor is responsible for delivering work according to the Government's needs, maintaining compliance with federal, state, and local regulations. Key details include the need for the contractor to use specific software for cost estimation and project management, coordinate task orders, and adhere to safety and quality control measures. The contractor must prepare and submit detailed proposals for task orders, manage resources effectively, and meet specified timelines to avoid liquidated damages. The structured document includes provisions for personnel qualifications, work hours, holidays, and procedures for completing task work. As part of the agreement, all work will follow established operational parameters, ensuring efficient task execution while fulfilling regulatory obligations. The comprehensive contract reinforces the government's strategic initiative to manage construction projects effectively, leveraging contractor capabilities while ensuring community and worker safety.
    The file outlines the Statement of Work (SOW) for a Job Order Contracting (JOC) initiative at Fort Irwin, California, aimed at various construction and repair projects, including administrative facilities and infrastructure improvements. This fixed-price contract permits the government to assign multiple task orders (TOs) for real property construction while requiring the contractor to provide all personnel and resources necessary. The contractor must utilize E4Clicks cost estimating software for pricing and project management, ensuring compliance with local policies and standards. Key responsibilities include the contractor's submission of detailed proposals for each task order, adhering to timelines, and maintaining quality control via key personnel oversight. Several safety and environmental management plans must also be established, ensuring adherence to health regulations, including asbestos and lead management. The contractor is accountable for all regulatory compliance, onsite safety, and prompt execution of work, which encompasses various trades from electrical to demolition. Overall, this document is structured to ensure accountability, quality, and compliance in executing government-funded construction work, reflecting federal standards for task order contracts.
    The document outlines a Job Order Contracting (JOC) framework for construction and repair projects at Fort Irwin, California, and associated locations in California. The contract operates as a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) agreement, allowing for a wide range of construction tasks including facility repairs, renovations, and environmental remediation. The contractor is responsible for all materials, labor, and management, while adhering to stringent federal, state, and local regulations. Key components include contractor obligations regarding personnel qualifications, safety protocols, quality control, and the use of specified software for cost estimation. Deliverables, including pre-construction and post-completion documents, are clearly defined, with project scheduling necessitating coordination with government officials. The document emphasizes compliance with safety, environmental, and industry standards, integrating specific requirements for asbestos and lead management. Ultimately, it delineates the processes for issuing task orders and the corresponding responsibilities of all parties involved, ensuring a structured approach to fulfill construction needs while safeguarding public interests and infrastructure integrity.
    The document outlines the Statement of Work for a Job Order Contracting (JOC) in Fort Irwin, California, intended for various real property repair and construction projects. The contract is a Firm Fixed Price Indefinite Delivery-Indefinite Quantity type, detailing the contractor's responsibilities in executing a broad range of tasks such as administrative facilities, roads, and utility installations, while adhering to specified regulations. Key components include contractor obligations for labor, materials, and compliance with legal standards, as well as their use of designated software for cost estimating. The document delineates detailed guidelines for project execution, team qualifications, and safety measures, mandating thorough management of quality control, site safety, and environmental considerations. The structured approach includes provisions for task order procedures, deliverable requirements, coordination, and handling site conditions, ensuring that work aligns with federal regulations and mission requirements. Furthermore, the contractor must provide necessary documentation, periodic reports, and performance reviews to meet contract standards. This JOC serves to enhance the functional capabilities at Fort Irwin and further promotes efficient construction and maintenance practices while prioritizing safety, health, and regulatory compliance throughout the contractual engagement.
    The document outlines the commercial pricing list for 4Clicks Solutions, LLC, a company specializing in advanced solutions for the construction industry. It details the annual subscription options for the e4Clicks Project Estimator, which includes various tiers and RSMeans data from Gordian. The pricing is effective as of March 23, 2023, and subscription options include both basic and professional tiers with varying costs based on the data included. Key pricing details are provided for different bundles, ranging from $3,982 to $11,719, depending on the included cost data and features. This pricing information is proprietary and serves as a potential resource for government entities involved in federal grants and RFPs, providing them with insights into construction estimation tools necessary for project budgeting and planning.
    The document provides directions to the Visitor Center (Building 9) at Fort Irwin, California, from the main gate. It outlines the route through the cantonment area, detailing key turns and landmarks such as the Reel Time Theaters and Langford Lake to guide visitors. Key steps include traveling along Fort Irwin road, turning left on Inner Loop road, right on Barstow road, and finally right on 1st St where the theater is located. The annotations indicate a logical flow of directions that facilitate navigation within the military installation. While primarily instructional, the document indirectly supports the accessibility and visitor engagement initiatives at Fort Irwin, possibly as part of a government grant or RFP aimed at enhancing public access to military resources and facilities.
    The document provides directions to various locations within Fort Irwin, including the Visitor Center and Reel Time Theaters, detailing the main routes and intersections to navigate the area. It emphasizes key streets such as Fort Irwin Rd, Langford Lake Rd, and E Ave. Additionally, it outlines the transition from Fort Irwin Rd to south loop road at specified intersections.
    The Fort Irwin National Training Center has issued a Request for Proposal (RFP) for a 5-Year Job Order Contract (JOC), with a pre-bid site visit scheduled for July 17, 2024. The event, organized by the Directorate of Public Works (DPW), involves introductions, administrative notes, an overview of DPW's operations, contracting details, and site tours of various projects, including the Barstow Daggett Army Airfield. Participants must adhere to strict recording policies and submit questions in writing by July 25, 2024, at 2:00 PM CDT. Proposals are due by August 23, 2024, via the Procurement Integrated Enterprise Environment (PIEE). The competitive solicitation is specifically reserved for 8(a) businesses. Evaluation criteria will focus on technical capability, past performance, and pricing, with detailed instructions provided in the solicitation documents. Offerors should present recent, relevant government contract experience and ensure that all pricing submissions are complete and in specified Excel formats. Overall, this document lays the groundwork for contractors interested in providing services to the Fort Irwin Installation, emphasizing the need for adherence to procedural guidelines and thorough preparation for proposal submissions.
    The document outlines a series of responses to questions raised during the proposal phase of a government Request for Proposals (RFP) regarding a Job Order Contract (JOC) at Fort Irwin. Key topics include bonding capacity requirements, staffing qualifications, on-site personnel mandates, and software licensing for cost estimating. Offerors must demonstrate bonding capacity of $5 million per task order and a total of $30 million per year, while the definition of "concurrent" task orders is clarified. The government confirms that a Site Superintendent can manage multiple task orders at the same location and that only one person is required on-site daily, regardless of the number of active orders. Clarifications on qualifications state that both the Project Manager and Program Manager roles require specific experiences, while the Safety Manager position aligns with previous qualifications. Additionally, the document addresses inconsistencies regarding working hours, software standards, and past performance submissions, stating that prior Past Performance Questionnaires don't need to be resubmitted if a contractor has a current CPARS evaluation. Overall, the RFP seeks to ensure clarity in contractor expectations and maintain effective oversight for quality and compliance within outlined objectives.
    The Department of Public Works (DPW) issued a Request for Proposal (RFP) concerning the Job Order Contract (JOC) for construction services at Fort Irwin. Key requirements include a bonding capacity of at least $5 million per task order and $30 million aggregate per year, necessitating verification from a Securities or Bonding Company. Offerors must ensure all personnel are appropriately qualified, with key positions such as Project Manager, Superintendent, and Quality Control Manager specified, and each should meet minimum experience levels. The RFP outlines constraints on proposal formats, stipulating that documents must be printed in black ink on white paper. The response process includes submission of Past Performance Questionnaires and adherence to strict licensing requirements for roles within the firm. Important clarifications are provided regarding the roles of superintendents, safety managers, and quality managers, including expectations for their presence on site. Furthermore, an emphasis is placed on compliance with current software for estimating and project management, specifically mandating the use of e4clicks and adherence to RS Means data updates. Proposals are set to be evaluated on factors including technical acceptability, past performance, and price. The overall goal of the RFP is to identify capable contractors that can fulfill the government's construction needs while adhering to all outlined standards and regulations.
    This document comprises a series of Government Responses to industry queries related to a solicitation for services under a Job Order Contract (JOC) at Fort Irwin. Key topics include bonding capacity, staffing requirements, and clarifications on the software and cost estimations mandated for contractors. The bonding requirements specify that offerors must demonstrate sufficient bonding capacity: $5M per task order, $20M for concurrent task orders, and a minimum of $30M aggregate per year. The document addresses staffing questions, confirming a single superintendent can oversee multiple task orders at the same location. Clarifications on the software usage outline that contractors must procure their licenses for the e4clicks system and keep it up to date. The RFP also specifies clear expectations for qualifications of key personnel such as the Quality Control Manager and Program Manager. Misalignments in procedural language across various sections are noted, indicating updates will be made for consistency. Overall, the responses aim to ensure that all offerors are on the same page regarding requirements, qualifications, and the processing of proposals, emphasizing the government's commitment to transparency and clarity.
    The document addresses Microsoft Information Protection and outlines conditions for accessing secured PDF files. Users encountering access issues may not be authorized or may be utilizing a non-supportive PDF viewer. To view the content, it is recommended to employ a viewer compatible with Azure Rights Management or contact the document owner for permissions. Additionally, there is an emphasis on privacy, referencing Microsoft's privacy statement, which is accessible to users. This file appears to be related to the safeguarding of sensitive information within government RFPs, grants, and proposals, ensuring that only authorized individuals can access critical data. In the context of federal and state/local RFPs, the use of such encryption indicates a focus on confidentiality and security in handling government documents and discussions.
    The document addresses Microsoft Information Protection and outlines conditions for accessing secured PDF files. Users encountering access issues may not be authorized or may be utilizing a non-supportive PDF viewer. To view the content, it is recommended to employ a viewer compatible with Azure Rights Management or contact the document owner for permissions. Additionally, there is an emphasis on privacy, referencing Microsoft's privacy statement, which is accessible to users. This file appears to be related to the safeguarding of sensitive information within government RFPs, grants, and proposals, ensuring that only authorized individuals can access critical data. In the context of federal and state/local RFPs, the use of such encryption indicates a focus on confidentiality and security in handling government documents and discussions.
    The Single Award Indefinite Delivery Indefinite Quantity (SAIDIQ) Ordering Guide outlines the procedures for issuing Requests for Task Order Proposals (RTOPs) under this contract. Task Orders (TOs) will be awarded on a Firm-Fixed Price (FFP) basis, and the required RTOP details include a statement of work, specific requirements, proposal due dates, and other pertinent information. Contractors are responsible for proposal preparation costs and must submit timely responses as defined by the RTOP. Task Order pricing must adhere to prescribed guidelines, including the use of the latest E4Clicks version for cost estimates. Proposals will be evaluated based on completeness, reasonableness of pricing, and overall technical merit. The Contracting Officer has sole authority for TO issuance and modifications and must confirm any changes to the scope of work. Contractors are obligated to comply with all laws and labor standards, including wage determinations. The document emphasizes contractor performance evaluation through Contractor Performance Evaluation Reports (CPAR), necessitating annual reviews and communication of performance issues. Contractors also need to recertify their small business status as the contract approaches its final year. This ordering guide serves to ensure compliance, fair pricing, and meet the Government's project needs effectively.
    The document outlines a Subcontractor/Teaming Partner Consent Form required for the release of past performance information by the Government to a prime contractor in response to solicitation W5168W24R0019 for a Job Order Contract at Fort Irwin, California. It emphasizes that subcontractors and teaming partners must consent to disclose their past performance data, which the Government requires to assess performance confidence during the selection process. The consent form, to be signed by an authorized individual of the subcontractor or teaming partner, allows the Government to discuss their past performance with the prime contractor. This procedure underscores the Government's priority on past performance in ensuring best value in source selections. The consent forms must be included in the Past Performance Volume III Proposal.
    The document presents the Specific Relevant Contracts Sheet for Solicitation W5168W24R0019, outlining the requirements for offerors to demonstrate past performance on similar contracts. Offerors need to provide relevant contract details, including contract number, award dates, completion schedules, pricing, and contact information for the relevant contracting authorities. They must articulate the relevance of past contracts concerning the proposed efforts, addressing aspects like product/service similarity, size, complexity, and contract environment. Additionally, a narrative explanation is required, detailing objectives achieved along with any cost growth or schedule delays, including corrective actions taken for any issues encountered. Lastly, offerors must supply documentation of negative performance, such as cure notices or show cause letters, and describe any remedial measures employed. This procedure ensures that the federal government evaluates potential contractors based on their proven capabilities in managing complex contracts relevant to the current solicitation.
    The document guides the United States Army Mission and Installation Contracting Command (MICC) in soliciting performance evaluations of contractors for a Job Order Contract (JOC) at Fort Irwin, California, identified by Solicitation W5168W24R0019. It emphasizes the importance of past performance in contract evaluations and requests timely responses to a detailed questionnaire that assesses various aspects of a contractor’s prior work, including technical performance, program management, and customer satisfaction. The questionnaire comprises sections for contract identification, customer details, evaluator information, and a rating scale for assessing performance quality. Ratings include categories from Exceptional to Unsatisfactory, with specific criteria for each. The document underscores the need for verifiable data to evaluate contractors effectively and invites feedback regarding any concerns that may affect future contractor engagements. Prompt responses are critical to meet solicitation deadlines and ensure comprehensive analysis before contract negotiations commence, thereby supporting the MICC’s commitment to selecting capable contractors for its operations efficiently.
    The document outlines cost management strategies related to a government solicitation for construction services, specifically Solicitation W5168W-24-R-0019. It details the Development Coefficient for Normal Working Hours, emphasizing that all business and construction-related costs must be incorporated into a coefficient that excludes pre-priced unit prices. Key aspects include overhead costs, project management, permits, and compliance fees, as well as potential risks such as material shortages and subcontractor performance issues. The estimated annual task order awards (EATOA) amount to $18 million, which must cover all costs associated with project execution. Additionally, the document instructs offerors on the breakdown of costs, including narratives, Excel worksheets, and previous pricing data to justify their coefficients. The intent is to ensure that all potential costs are accounted for in the proposals submitted for government contracts, thereby promoting transparency and fiscal responsibility. Overall, the guidelines aim to foster a comprehensive understanding of cost liabilities for contractors engaged in government projects.
    The document concerns the Development Coefficient for Normal Working Hours related to Solicitation W5168W-24-R-0019. It outlines provisions for estimating costs and includes various cost categories essential for contract management. The Estimated Annual Task Order Awards (EATOA) is set at $16,830,000, with explicit costs covered by the coefficient (CCC) delineated, which encompasses business overhead, project management, subcontractor expenses, and compliance costs. It emphasizes the necessity of including all costs associated with bonding, cleanup, project management, and regulatory compliance, ensuring no omitted expenses fall outside the bid. The document provides instructions for offerors to complete the coefficient breakdown, requiring a detailed explanation of methodology and cost assessments based on historical data. In essence, the document serves as a guide for contractors to establish their bids accurately, factoring in all associated costs to secure contracts effectively while aligning with government standards for cost transparency in federal contracting. Key elements include risk management associated with varying work conditions and performance standards that must be adhered to throughout the project lifecycle.
    The document outlines the requirements for developing a coefficient related to costs incurred during non-standard working hours for the solicitation W5168W-24-R-0019. It specifies the estimated annual task order awards (EATOA) at $18 million and details the costs that must be included in the coefficient, such as home office overhead, bonding, safekeeping of materials, and compliance with safety regulations. The need for detailed breakdowns of costs is emphasized, ensuring that all expenses are accounted for within the established coefficient. The instructions include the importance of supporting calculations and assumptions regarding expected award volumes, as well as the project’s financial risk factors and compliance requirements. It underscores that no additional payments will be made outside the unit prices established, compelling offerors to be comprehensive in their proposals. This solicitation consequently reinforces the government's aim to manage construction costs effectively while ensuring quality and compliance throughout the project lifecycle.
    The document outlines the requirements related to the development of coefficients for project costs associated with working hours that are outside of normal operating conditions as part of solicitation W5168W-24-R-0019. It details Estimated Annual Task Order Awards (EATOA) and covers various costs that must be included in the coefficient calculations, such as home office overhead, bonding, insurance, project management, and contractor's profit. Specific attention is given to construction-related costs, including permits, material waste, safety equipment, and compliance with laws. The document emphasizes the inclusion of all associated costs within the offered coefficients to ensure no omissions. It also provides a formula for calculating coefficients (C), considering factors such as the local market, award volume, and overhead. The coefficients should reflect comprehensive cost coverage for all aspects of the job orders in compliance with established guidelines. The purpose of this attachment is to guide contractors in providing detailed cost breakdowns and methodologies for bidding on government projects while ensuring transparency and adherence to expected market practices.
    The document outlines procedures for developing coefficients for non-pre-priced (NPP) items under federal solicitations, specifically focusing on the requirements for solicitors to calculate and justify these coefficients. It highlights that NPP work must not exceed 10% of the total contract value and that a coefficient must cover specific costs such as materials and labor, while excluding overhead and profit. Offerors are instructed to provide detailed documentation, including historical cost analyses and market comparisons to substantiate their coefficients. Key steps include ensuring all costs are accounted for, using data to validate pricing accuracy, and the necessity of using bare costs for NPP items. The submission guidelines stress the importance of supporting data and competitive quotes, particularly for high-value NPP items. This comprehensive approach aims to maintain fiscal integrity and ensure fair market practices in government contracting.
    The document outlines the procedure for developing coefficients for non-pre-priced items (NPP) in federal solicitations, specifically under solicitation W5168W-24-R-0019 and W91151-17-R-0064. It establishes that NPPs must not exceed 10% of contract value and require comprehensive backup, including historical pricing analyses and verifiable documentation. Coefficient calculations involve a formula considering the estimated annual task order awards (EATOA) and contractor markups, ensuring all costs are captured to avoid omissions. Furthermore, the document stipulates that all NPP proposals must include bare costs—materials, equipment, and labor—without overhead or profit considerations. It requires at least two competitive quotes for items under $2,500 and three quotes for those valued at $2,500 or more. The government retains the right to request additional cost data as needed. Overall, the aim is to ensure fair pricing and transparency in federal contracts while managing costs effectively within the established guidelines.
    The document provides a detailed guide for Proposal Managers on how to post an offer for soliciting bids through the Wide Area Workflow e-Business Suite. The process begins with logging into the PIEE system and navigating to the Solicitation Portal, where managers can search for relevant solicitations using specific criteria such as solicitation number, dates, product codes, and contracting office identifiers. After locating a desired solicitation, the manager reviews its details, including contract information and attachments before proceeding to submit an offer. This involves selecting a CAGE code, uploading necessary documents, and signing the offer digitally using a secure PIN and OTP (One-Time Password). Upon successful submission, users receive confirmation, allowing them to view and potentially manage multiple offers for a solicitation. The document is structured step-by-step for clarity, serving as an instructional resource for federal RFP submissions. The primary aim is to streamline the offer posting process, ensuring compliance and efficiency in federal contracting procedures.
    The document outlines wage determinations and contractor obligations for construction projects in San Bernardino County, California, under the Davis-Bacon Act. It specifies the minimum wage rates for various labor categories, including Building, Heavy, Dredging, and Highway projects, effective for contracts awarded or extended after January 30, 2022. It incorporates Executive Orders 14026 and 13658, mandating minimum wage rates of $17.20 and $12.90 per hour respectively, based on contract dates. The document lists specific wage rates and fringe benefits for a variety of occupations, including asbestos workers, boilermakers, carpenters, plumbers, and electricians, with supplemental pay for work at military bases. It emphasizes compliance with paid sick leave regulations as provided by Executive Order 13706. Overall, the file serves as a guideline for contractors regarding compensation requirements and worker protections on federally funded construction projects in California, ensuring adherence to federal labor standards.
    The solicitation for construction services at Fort Irwin, California, seeks a contractor for a range of small construction projects under a Job Order Contract (JOC). This contract will be a single-award, Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, featuring a 30-day phase-in period and a 60-month ordering period. This RFP is 100% set aside for 8(a) firms, underscoring the government's commitment to supporting small businesses. Key elements include the requirement for offers to be submitted via the Procurement Integrated Enterprise Environment (PIEE) by the set deadline, and the importance of adhering to stipulated proposal formats and technical acceptability criteria, including mission capability, staffing, and bonding capacity. Past performance will also be evaluated, focusing on relevant experience over the last six years. Proposals must include detailed pricing using established coefficients tied to project costs, with an anticipated project magnitude of $75–100 million. An in-person site visit is scheduled to help potential offerors assess conditions, with proposals due by August 23, 2024. This effort reflects the government's priority of securing qualified contractors while ensuring fiscal responsibility and competitive procurement processes.
    This amendment to the solicitation W5168W24R0019 serves to update details regarding an in-person site visit scheduled for July 17, 2024, at Fort Irwin, California. Key changes include updates to the site visit map, a rescheduling of the start time from 8:00 a.m. to 9:00 a.m. PDT, and a change in the point of contact for shipping inquiries from Chris Woodruff to Emilio Villegas. The document also details modifications to the delivery schedule for multiple contract line items (CLIN), changing ship-to addresses to reflect the new point of contact, Villegas. The site visit aims to allow prospective bidders to familiarize themselves with site conditions and to submit questions for clarification. Offerors are required to pre-register for attendance, limited to two representatives per firm, by a specified date. The document emphasizes that questions during the visit are not permitted, with all inquiries to be submitted in writing afterward for uniformity in responses. Proposals are due by August 23, 2024. Overall, this document reflects procedural adjustments typical in government Request for Proposals (RFP), ensuring all parties remain informed while maintaining compliance with protocol.
    The document is an amendment to a government solicitation, specifically modifying the closing date for submissions. The original solicitation deadline of September 5, 2024, has been extended to September 12, 2024, at 2:00 PM. All other terms and conditions of the solicitation remain unchanged and in effect. The amendment emphasizes the importance of acknowledging receipt prior to the new deadline to avoid rejection of offers. Additionally, it includes guidelines for making changes to previously submitted offers and specifies the administrative changes that may be reflected in the contract. This modification was issued by the Fort Sam Houston office and is critical for ensuring participation and compliance within the federal contracting process. Overall, the amendment serves to facilitate a smoother bidding process by allowing more time for potential bidders to prepare their proposals, thus enhancing competition and ensuring that quality submissions are received.
    On 17 July 2024, the Fort Irwin Directorate of Public Works organized a site visit for industry representatives regarding the Job Order Contract (JOC) follow-on contract solicitation. This event was coordinated with the Military Installation Contracting Command (MICC) located in Irwin and Sam Houston. The memorandum indicates that attendees from various construction-related companies participated, providing a complete list of attendees by name and their respective companies. The presence of these industry representatives underscores the interest and collaboration between the Army and private contractors in pursuing future contracts for construction and related services at Fort Irwin. This initiative is aligned with governmental processes in soliciting bids and fostering partnerships with private sectors to meet military construction needs effectively.
    This document outlines an amendment to solicitation W5168W24R0019, aimed at adjusting submission procedures and dates related to a construction contract for the Department of Defense. Key updates include the addition of an in-person site visit PowerPoint presentation and an extension for questions from 22 to 25 July 2024. All submissions need to adhere to rigorous specifications, including a four-volume proposal structure (General, Technical Acceptability, Past Performance, and Price), with defined page limits and formatting requirements. Offerors must demonstrate mission capability, proposed staffing plans, and bonding capacity to be considered technically acceptable. The evaluation is based on the lowest priced technically acceptable (LPTA) approach, emphasizing thorough proposals that cover anticipated project costs and management strategies. Past performance will also be assessed, focusing on relevance and success in completing similar contracts. This amendment reinforces the government's accountability in securing competitive and qualified offers, ensuring compliance with federal acquisition standards while facilitating effective procurement practices.
    The document serves as a solicitation for a Job Order Contract (JOC) related to construction services at Ft. Irwin, California, with a projected value between $75 million and $100 million over five years. Key changes include updates to Contract Line Item Numbers (CLINs), alterations to normal working hours, revised pricing detail for line items, and refinements to the delivery schedule. Offerors are required to submit proposals via the Procurement Integrated Enterprise Environment (PIEE) and must meet strict criteria detailing technical acceptability, past performance, and price. Proposals must include four separate volumes consisting of General, Technical Acceptability, Past Performance, and Price details. Essential staffing roles include a Program Manager, Site Superintendent, Quality Control Manager, and Safety Manager, with criteria for bonding capacity clearly defined. The selection will be made based on the lowest priced technically acceptable proposal. Clear guidelines for submission integrity, documentation formats, and proposal limits are established to ensure a standardized evaluation process, emphasizing the significance of past performance and adherence to the contractual obligations within a government procurement context.
    The document outlines a Request for Proposal (RFP) for construction services at Fort Irwin, California, specifically focusing on various minor construction projects. This project is categorized as a 100% 8(a) Competitive set-aside, indicating it is for small businesses meeting certain criteria. The contract will be a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) with an initial 30-day phase-in period and a 60-month ordering period. Key requirements include a proposal submission deadline of September 26, 2024, and a task order commencement period defined at the task order level. Offerors must furnish performance and payment bonds and ensure compliance with multiple specifications regarding staffing, quality control, and safety management. The evaluation criteria emphasize technical acceptability, past performance, and pricing, with the award going to the lowest priced technically acceptable offer. The document also mentions a scheduled site visit for bidders, providing insights into the project’s conditions. Overall, this RFP aims to engage competent vendors ready to fulfill military construction demands within specified regulatory frameworks while maintaining high standards of performance and safety.
    The document announces an amendment to a federal solicitation, extending the proposal due date from September 19, 2024, to September 26, 2024. It updates several attachments crucial for bidders, including the Job Order Contract (JOC) Statement of Work and responses to industry questions received by the government. The document reiterates that all other terms and conditions remain unchanged. Bidders must acknowledge receipt of this amendment to ensure their proposals are considered valid, with specific instructions laid out for this process. These changes are part of administrative actions to streamline correspondence and maintain transparency throughout the bidding process. This amendment reflects a standard practice in government contracting to accommodate industry feedback and clarifications, thereby enhancing competition and ensuring comprehensive understanding of solicitation requirements.
    The document outlines a solicitation for a Job Order Contract (JOC) at Ft. Irwin, detailing the updated timeline and submission requirements for proposals, which is now due on 19-Sep-2024. It emphasizes the significance of ensuring that submissions via the Procurement Integrated Enterprise Environment (PIEE) are made timely, including various attachments that contain crucial project specifications and instructions. The proposal must be divided into four volumes: General, Technical Acceptability, Past Performance, and Price. Key evaluation factors for the award include technical acceptability, past performance, and pricing strategy, with emphasis on providing comprehensive technical methodologies and staffing plans. Offerors are required to demonstrate their bonding capacity and a thorough understanding of the JOC process. Past performance evaluations will focus on relevant work completed in the last six years. Additionally, the document highlights the necessity for clear formatting, detailed project narratives, and adherence to specified limits on proposal length. Overall, the document serves as a vital guide for contractors to understand the requirements of the solicitation, ensuring their proposals are competitive, compliant, and structured for success in government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    IDIQ JOC for Other Specialty Trade Projects at Various Government Facilities located within NAS Fallon, NV, and MCMWTC Bridgeport, CA, AOR and Other Locations as Approved
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses to participate in an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for specialty trade projects at various government facilities, primarily located within Naval Air Station (NAS) Fallon, NV, and Marine Corps Mountain Warfare Training Center (MCMWTC) Bridgeport, CA. The procurement aims to identify capable contractors with relevant experience in general building construction, repair, and renovation projects under NAICS code 238990, which encompasses all other specialty trade contractors. The total estimated contract value is $40 million, with task orders ranging from $2,000 to $1.5 million, and the performance period spans two years with an option for an additional three years. Interested contractors must submit their qualifications, including bonding capacity and relevant project experience, by 2:00 p.m. local time on September 24, 2024, to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil.
    IDIQ JOC Commercial and Institutional Building Construction Projects
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFACSYSCOM), is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on commercial and institutional building construction projects. This contract is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and encompasses repairs, alterations, renovations, and new construction at various government installations, primarily within the Marine Corps Base Camp Pendleton and Naval Weapons Station Seal Beach areas of responsibility in California. Interested parties should note that the proposal due date has been extended to September 24, 2024, and can direct inquiries to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil or by phone at 619-705-4672.
    Italy Construction Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Europe District, is seeking contractors for the Italy Construction Job Order Contract (JOC), anticipated to be solicited in mid-October 2024. This contract will encompass a range of construction services including real property repair, maintenance, environmental work, and asbestos abatement across various U.S. facilities in Italy, specifically in locations such as Aviano, Livorno, and Vicenza. The total contract value is capped at $49 million over a five-year period, with individual task orders ranging from $2,000 to $5 million, and the selection process will utilize a best value trade-off approach. Interested contractors should monitor the SAM.gov website for updates and are encouraged to contact Shawna West at shawna.m.west@usace.army.mil for further information.
    Job Order Contract (JOC) Region A - W15QKN-24-R-5015
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for a Job Order Contract (JOC) designated as Region A - W15QKN-24-R-5015. This contract aims to facilitate construction projects that involve real property repair, maintenance, minor construction, and asbestos abatement, with task orders primarily focused on general building renovations, road and pavement repairs, and environmental work. The work encompasses a variety of tasks, including minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remediation. This solicitation is specifically set aside for 8(a) firms serviced by the Small Business Administration Offices in New York (excluding Long Island), Massachusetts, Maine, Vermont, New Hampshire, Rhode Island, and parts of Pennsylvania. Interested parties can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or 609-562-4243, or Demetra Lynardakis at demetra.h.lynardakis.civ@army.mil or 609-562-5014 for further information.
    IDIQ JOC for Commercial and Institutional Building Construction Projects at Various Government Facilities located within the MCAS Yuma, AZ, AOR and Other Locations as Approved
    Active
    Dept Of Defense
    The Department of Defense, through NAVFAC Southwest, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on commercial and institutional building construction projects at various government facilities, primarily within the Marine Corps Air Station (MCAS) Yuma, Arizona area. The procurement aims to identify small businesses, including those certified under the SBA 8(a), HUBZone, Women-Owned, and Service-Disabled Veteran-Owned programs, with relevant experience and capabilities to undertake general construction, repair, and renovation projects. The total estimated contract value is $49 million over a potential five-year period, with task orders ranging from $2,000 to $1 million. Interested contractors must submit their qualifications, including project experience and bonding capacity, by 2:00 p.m. local time on October 2, 2024, to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil.
    SOURCES SOUGHT FOR IDIQ JOC UNDER NAICS CODE 238990 - OTHER SPECIALTY TRADE PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE METROPOLITAN SAN DIEGO (NB SAN DIEGO, POINT LOMA, CORONADO & MCAS MIRAMAR), CA AOR
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC Southwest), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on construction projects at various government facilities in the Metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. The procurement aims to identify contractors capable of performing new construction, repair, and renovation projects, with a total estimated contract value of $99 million over a base period of 24 months and an option for an additional 36 months. Interested contractors must provide detailed information regarding their business classifications, bonding capacities, relevant project experience, and safety metrics, with responses due by September 30, 2024. For further inquiries, interested parties can contact Heather L. Race at heather.l.race.civ@us.navy.mil.
    FY24 Rheinland-Pfalz Germany Construction Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Europe District, is seeking contractors for the FY24 Rheinland-Pfalz Germany Construction Job Order Contract (JOC). This procurement involves a Firm Fixed Price (FFP) Indefinite-Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with an ordering capacity not to exceed $80 million over a five-year period, focusing on real property repair, maintenance, and construction services in Rheinland-Pfalz, Germany. The work will encompass various tasks including building renovations, road repairs, and environmental remediation, with task orders ranging from $2,000 to $5 million. Interested contractors must monitor the SAM.gov website for the solicitation, anticipated to be released in mid-October 2024, and can contact Shanda Weekes at shanda.weekes@usace.army.mil or Bjorn Hale at bjorn.hale@usace.army.mil for further information.
    FY24 Baden-Wurttemberg Germany Construction Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Europe District, is seeking contractors for the FY24 Baden-Wurttemberg Germany Construction Job Order Contract (JOC). This procurement involves a Firm Fixed Price (FFP) Indefinite-Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) with an ordering capacity not to exceed $30 million over five years, focusing on real property repair, maintenance, and construction services primarily in Baden-Wurttemberg, Germany. The scope includes general building renovations, road repairs, and environmental work, with task orders ranging from $2,000 to $5 million. Interested contractors should monitor the SAM.gov website for the solicitation release, anticipated around mid-October 2024, and can contact Shanda Weekes at shanda.weekes@usace.army.mil or Bjorn Hale at bjorn.hale@usace.army.mil for further information.
    IDIQ JOC TOTAL SMALL-BUSINESS SET-ASIDE FOR ELECTRICAL AND OTHER WIRING INSTALLATION PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE MARINE CORPS LOGISTICS BASE BARSTOW, MARINE CO
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) specifically set aside for total small businesses, aimed at electrical and other wiring installation projects at various government facilities. The scope of work includes projects located within the Marine Corps Logistics Base Barstow, Marine Corps Air-Ground Combat Center 29 Palms, Marine Corps Mountain Warfare Training Center Bridgeport, and Naval Air Weapons Station China Lake, California, among other approved locations. These services are critical for maintaining and upgrading electrical systems within military facilities, ensuring operational readiness and safety. Interested contractors can reach out to Billie Crockett at billie.p.crockett.civ@us.navy.mil or call 619-705-4674 for further details regarding the solicitation process.
    FY24 Bavaria Germany Construction Job Order Contract (JOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Europe District, is seeking contractors for the FY24 Bavaria Germany Construction Job Order Contract (JOC), which will focus on various construction and maintenance services in Bavaria, Germany. The contract will encompass real property repair, environmental work, asbestos abatement, and general construction services, with task orders ranging from $2,000 to $5,000,000, and a total contract ceiling of $95,000,000 over a five-year period. This opportunity is significant for contractors looking to engage in military construction projects, as it allows for a flexible approach to task orders and includes a best value trade-off selection process. Interested parties should monitor the SAM.gov website for the solicitation release, anticipated around mid-October 2024, and can contact Shanda Weekes at shanda.weekes@usace.army.mil or Bjorn Hale at bjorn.hale@usace.army.mil for further information.