Job Order Contract (JOC) Region A - W15QKN-24-R-5015
ID: W15QKN24R5015Type: Solicitation
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 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.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Competitive 8(a) SATOC JOC 2025
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Competitive 8(a) Job Order Contract (JOC) 2025, aimed at providing a comprehensive range of construction and maintenance services at Redstone Arsenal (RSA). This 100% small business set-aside contract will support the U.S. Army Garrison-Redstone's mission by facilitating various projects, including new construction, alterations, and repairs for facilities such as administrative buildings, maintenance shops, and public safety structures. The contract period spans from June 20, 2025, to June 19, 2030, with the possibility of four additional one-year extensions and a six-month priced option extension. Interested parties can contact Cledis Henry at CLEDIS.HENRY.CIV@ARMY.MIL or by phone at 256-876-3953 for further details.
    Competitive 8(a) SATOC JOC 2025
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Garrison at Redstone Arsenal, is soliciting proposals for a Competitive 8(a) Job Order Contract (JOC) to provide a comprehensive range of construction and maintenance services. This contract, which is a 100% small business set-aside under the SBA 8(a) program, aims to support various projects including new construction, renovations, and facility maintenance for the Army Garrison and its tenant organizations. The selected contractor will be responsible for executing tasks related to administrative facilities, maintenance shops, child development centers, and more, ensuring compliance with federal regulations and safety standards. Proposals are due by October 11, 2024, with a total contract value projected at $600 million over a five-year period, and interested parties can reach out to Cledis Henry at cledis.henry.civ@army.mil for further information.
    Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for the US Army Corps of Engineers (USACE) New York District (NAN).
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) New York District is conducting a Sources Sought Announcement for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at facilitating construction, renovation, and repair projects at military and federal facilities primarily within New York and New Jersey. This procurement seeks to gather information from both small and large businesses to assess interest and capabilities for executing Design-Build and Design-Bid-Build projects, with anticipated task orders ranging from $10 million to $100 million. The MATOC will encompass a variety of projects, including environmental restoration and infrastructure improvements, with a total shared capacity estimated between $250 million and $495 million over a five-year period. Interested contractors should submit their capabilities packages to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil, with the solicitation expected to be issued around Q1 2025.
    IDIQ JOC Commercial and Institutional Building Construction Projects
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southwest, 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 set aside for SBA Certified Women-Owned Small Businesses (WOSB) and encompasses repairs, alterations, renovations, and new construction at various government installations, particularly within the Marine Corps Base Camp Pendleton and Naval Weapons Station Seal Beach areas of responsibility. The procurement is crucial for maintaining and enhancing the operational capabilities of these facilities, ensuring they meet current standards and requirements. Interested parties should note that the proposal due date has been extended to September 24, 2024, and can reach out to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil or by phone at 619-705-4672 for further information.
    FY25 Multiple Award Construction Contract (MACC) recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) recompete at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract encompasses a wide range of construction services, including earthwork, infrastructure development, and various specialty contracting tasks, with the aim of awarding contracts to a minimum of five small businesses for a base year plus six optional one-year periods, and a potential six-month extension. The estimated contract ceiling ranges from $250 million to $500 million, with individual seed projects valued between $100,000 and $250,000. Interested contractors must submit their proposals electronically, adhering to strict guidelines and deadlines, with a mandatory site visit scheduled for September 24, 2024. For further inquiries, contact Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
    Fort Johnson Vertical Constructon MATOC 8a Pool
    Active
    Dept Of Defense
    This is a Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY's W076 ENDIST FT WORTH office for a 100% Small Business 8(a) Set-Aside contract, targeting 8(a) firms nationwide. The procurement is for a Fort Johnson Vertical Construction Multiple Award Task Order Contract (MATOC) in Louisiana, with a focus on commercial and institutional building construction (NAICS code 236220). The contract aims to establish an IDIQ MATOC for up to five small businesses, with a shared capacity of $95M, primarily to support facilities construction and repair at Fort Johnson (formerly Fort Polk), though it may also support other USACE programs within the Southwestern Division. The construction program will involve various projects like police stations, flight control towers, and maintenance facilities, encompassing both Design-Build and Design-Bid-Build methods. The RFP is expected to be issued around April 29, 2024, and the contract will have a base period of seven years. Task orders will be issued as Firm Fixed Price or Fixed Price Incentive Firm, and each awardee will have a fair chance to compete for them. The minimum guarantee amount is $2,500, and contractors must adhere to Davis-Bacon Act wage and benefit requirements. Interested firms must be registered in SAM.gov and monitor the website for solicitation amendments.
    Ft. Irwin Job Ordering Contract (JOC) Services
    Active
    Dept Of Defense
    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.
    MATOC set -aside for Small business for General A-E Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) set aside for small businesses to provide general architect-engineer (A-E) services. The procurement aims to identify qualified firms capable of supporting various military construction and non-military programs within the NAN/NAD boundaries, with a total contract capacity not to exceed $50 million over a five-year period. This opportunity is significant as it encompasses a wide range of A-E services, including design, planning, and construction support for projects under $1 million, emphasizing the importance of small business participation. Interested firms must submit their capabilities statements to Stephen DiBari via email within 15 calendar days of the notice, and must clearly identify their business size and relevant experience in similar projects.
    MATOC for General Architect Engineering services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is conducting market research for a Multiple Award Task Order Contract (MATOC) focused on General Architect-Engineering (A-E) services. The procurement aims to identify qualified firms capable of supporting various military and non-military construction programs within the North Atlantic Division (NAN/NAD) boundaries, with a total contract capacity not exceeding $200 million over five years. This opportunity is crucial for enhancing military infrastructure, including construction and renovation of facilities such as hangars, training centers, and administrative buildings. Interested firms must submit a capabilities statement by email to Stephen DiBari within 15 calendar days of the notice, detailing their qualifications and experience in relevant projects.
    West Point Military Academy, NY, Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified contractors for the West Point Military Academy, NY, Multiple Award Task Order Contract (MATOC). This procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide a wide range of maintenance, repair, and minor new construction services, as well as design-bid-build projects, to support the Directorate of Public Works at the U.S. Military Academy and the Steward Army Sub Post in New Windsor, NY. The contract is particularly significant for ensuring the upkeep and enhancement of military facilities, which are vital for operational readiness. Interested contractors should note that the proposal due date has been extended to October 1, 2024, at 12:00 PM EDT, and may direct inquiries to Danielle Beavers-Rose at danielle.beavers-rose.civ@army.mil or by phone at 757-501-8331.