W911SA25RA012 SOLICITATION 88th HOOSIER JOC
ID: W911SA25RA012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    JOB ORDER CONTRACT – Construction, Region C (DE, MD, VA, WV)
    Buyer not available
    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.
    Z1DA--610-25-500 - MARION JOB AWARD CONTRACT (JOC).
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Z1DA--610-25-500 - Marion Job Award Contract (JOC), aimed at establishing a Job Order Contract for general construction services at the Northern Indiana Health Care Systems (VA-NIHCS) Marion campus. The selected contractor will be responsible for providing simplified construction, maintenance, alterations, and repair services for lower dollar value projects, with a performance period consisting of a base contract of twelve months and four additional ordering periods, totaling up to five years. This initiative underscores the VA's commitment to engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSB/VOSB) while ensuring compliance with federal guidelines, including wage determinations under the Davis-Bacon Act. Interested parties must submit their proposals, including technical details and pricing schedules, to Contract Specialist Luke Turner at luke.turner@va.gov, with evaluations based on technical capability, past performance, and price.
    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.
    SC/NC CONSTRUCTION MATOC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the SC/NC Construction MATOC (Multiple Award Task Order Contract) aimed at small businesses. This procurement focuses on commercial and institutional building construction, with an emphasis on the construction of administrative facilities and service buildings. The awarded contracts will play a crucial role in enhancing infrastructure capabilities for military operations. Interested parties can reach out to Badri Francis at badri.francis.1@us.af.mil or call 803-647-8542, or contact Jonathan Bailey at jonathan.bailey.28@us.af.mil or 803-299-2043 for further details regarding the solicitation process.
    Joint Base Myer Henderson Hall (JBMHH) Maintenance and Repair Services
    Buyer not available
    The Department of Defense, specifically the Army, is seeking contractors to provide maintenance and repair services for Army Family Housing units at Joint Base Myer Henderson Hall in Virginia. The procurement involves routine and emergency maintenance, inspections, and repairs, ensuring compliance with federal, state, and local regulations, particularly for historic buildings. This contract is crucial for maintaining a safe and conducive living environment for military families, with strict requirements for quality control, personnel qualifications, and security checks. Interested parties can contact Jodi Woods at jodi.e.woods.civ@army.mil or Kenneth L. Mitchell at kenneth.l.mitchell.civ@army.mil for further details, as this opportunity is set aside for 8(a) certified businesses under NAICS code 561210.
    Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a Job Order Contract (JOC) at Fort Moore, Georgia, focusing on general construction, repair, maintenance, and demolition projects. The procurement aims to establish a fixed-price contract under NAICS code 236220, which encompasses a variety of construction activities, including work on barracks and administrative buildings, while ensuring compliance with safety, quality, and environmental standards. This initiative is crucial for maintaining and upgrading federal facilities efficiently and sustainably, with an emphasis on transparency in pricing through the use of a Unit Price Book (UPB). Interested parties should direct inquiries to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further details.
    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.
    INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract aimed at various small construction projects in Illinois and Indiana. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction. The awarded contracts will facilitate essential construction services that support infrastructure development and maintenance in the region. Interested contractors can reach out to Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378, or contact Samantha Stiles at samantha.l.stiles@usace.army.mil or 304-399-5705 for further details.
    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.
    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.