Sources Sought Notice-- Fort Moore Job Order Contract (JOC)
ID: W5168W24R0024Type: Sources Sought
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

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Sep 24, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 13, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

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.

Point(s) of Contact
Files
Title
Posted
Sep 30, 2024, 7:00 PM UTC
The Statement of Work (SOW) for the Job Order Contracting (JOC) at Fort Moore, Georgia outlines a non-personal services contract for various construction and maintenance tasks. This Firm Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contract encompasses projects related to repair, maintenance, demolition, and minor constructions across numerous facilities, ensuring adherence to specified technical criteria. The document specifies contractor responsibilities, including the need for reliable personnel, project management, adherence to quality control systems, and implementation of safety plans. Key requirements include detailed proposals for work orders, the use of unit price books for cost estimation, and stringent compliance with federal, state, and local laws during execution. Additionally, the SOW provides procedures for task order management, client coordination, proposal preparation, and necessary documentation including reports related to quality control, safety, and environmental compliance. Liquidated damages are highlighted for delays beyond set timelines, reinforcing accountability. Overall, the SOW establishes a comprehensive framework to guide contractors in fulfilling the construction needs efficiently while ensuring compliance with regulatory standards and quality expectations pivotal for government projects.
Feb 13, 2025, 5:05 PM UTC
The Statement of Work (SOW) outlines the requirements for a Job Order Contracting (JOC) at Fort Moore, Georgia, intended for general construction, repair, maintenance, and demolition projects. It establishes a fixed-price contract under NAICS 236220 for a range of activities, including work on various facilities, such as barracks and administrative buildings. The contractor is responsible for all necessary materials, personnel, and compliance with safety, quality, and environmental standards. Key components of the SOW include contractor responsibilities, work hours, coordination with government stakeholders, and detailed proposal requirements for task orders. Specific guidelines related to pricing, including the usage of a Unit Price Book (UPB), highlight how costs should be estimated and managed. It also outlines procedures for handling unforeseen circumstances, safety protocols, and project management expectations, including quality control and documentation of progress. The emphasis on detailed planning, adherence to regulations, and robust oversight conveys the contract's aim to ensure efficient and compliant project execution, reflecting broader government objectives in maintaining and upgrading federal facilities sustainably and responsibly.
Feb 13, 2025, 5:05 PM UTC
This document addresses inquiries related to a government Job Order Contracting (JOC) initiative, detailing procedures and clarifications sought by potential contractors. Key points include the timeline for meetings, specifics about the provision and maintenance of software, and the role of the Unit Price Book (UPB) in calculating costs for construction projects. The government confirms that access to the required software will be shared and emphasizes the necessity of an approved UPB for transparency in pricing during contract execution. Questions about subcontractor qualifications, market research considerations, and potential set-asides for Native American businesses are also covered, with the government maintaining flexibility about future decisions. The overall purpose of the document is to provide guidance and information to contractors regarding their participation in government contracts, ensuring clarity on obligations and expectations throughout the contracting process.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
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 the Fort Moore Job Order Contract (JOC), now identified as W5168W25RA013, which will be executed at Fort Benning, Georgia, and surrounding locations. This procurement aims to secure services for commercial and institutional building construction, focusing on the repair or alteration of miscellaneous buildings. The contract is set aside for small businesses, emphasizing the importance of fostering small business participation in federal contracting opportunities. Interested parties should note that the anticipated solicitation date is May 23, 2025, and can reach out to Deidra Hicks at deidra.l.hicks.civ@army.mil or Christopher Weber at christopher.weber11.civ@army.mil for further inquiries.
Ft. Stewart Job Order Contract (JOC)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to participate in a Sources Sought Notice for a Job Order Contract (JOC) at Fort Stewart, Georgia. The procurement aims to establish a Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract for construction services, including repair, maintenance, and minor construction projects for various facilities and infrastructure, with an anticipated project magnitude of approximately $100 million over a base year and four option years. This opportunity is crucial for supporting Army readiness and sustaining operational capabilities at Fort Stewart and Hunter Army Airfield. Interested firms must respond with their qualifications and capabilities by contacting Rebecca Langham or Andrew Graham via email, as detailed in the notice, to facilitate the potential set-aside for small businesses.
Fort Benning Job Order Contract (JOC)
Buyer not available
The Department of Defense, specifically the Department of the Army, is announcing a special notice regarding the Fort Benning Job Order Contract (JOC), identified by the new number W5168W25RA013. This opportunity involves the procurement of construction services under the NAICS code 236220, focusing on commercial and institutional building construction, with a particular emphasis on the repair or alteration of miscellaneous buildings. The contract will cover work at Fort Benning, Alabama, and other locations, including Camp Merrill in Georgia, with a solicitation anticipated to be issued on May 28, 2025. Interested parties should note that there is no requirement to respond to this announcement, as it is not a sources sought announcement.
Carlisle Barracks Job Order Contract Sources Sought
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified small businesses to respond to a Sources Sought Notice for a Job Order Contract (JOC) at Carlisle Barracks, Pennsylvania. This procurement aims to establish a Firm-Fixed-Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for various construction tasks, including repairs, demolitions, and minor constructions related to military facilities, with an anticipated project magnitude between $25 million and $50 million over a base year and four option years. The selected contractor will be responsible for providing all necessary personnel, materials, and services while adhering to federal laws and safety regulations, emphasizing accountability and regulatory compliance throughout the project. Interested small businesses must submit their qualifications and relevant information to the designated contacts, Andrew Graham and Carie Trezevantte, by email, as the government will not accept unsolicited proposals or telephone inquiries.
Fort Johnson, LA Horizontal HUBZone Multiple Award Task Order Contract
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for a Horizontal HUBZone Multiple Award Task Order Contract (MATOC) for Fort Johnson, Louisiana. This procurement aims to engage qualified contractors for a range of Design-Build and Design-Bid-Build construction activities, including the design and construction of parking lots, retaining walls, bridges, roads, and drainage improvements, among others. The contract is significant for supporting the construction and repair of essential facilities, with a maximum task order limit of $10 million and an estimated total contract capacity of $20 million over a seven-year period. Interested parties can reach out to Demetrius Brooks at demetrius.d.brooks@usace.army.mil or Robert Buchanan at robert.e.buchanan@usace.army.mil for further details.
Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of a new Army Reserve Center (ARC) at Dobbins Air Reserve Base in Marietta, Georgia. The project encompasses the construction of an ARC training building, a Vehicle Maintenance Shop (VMS), and an Unheated Storage Building (USB), along with supporting facilities such as paving, landscaping, and utility connections. This initiative is crucial for enhancing military infrastructure and operational readiness, with an estimated construction cost between $25 million and $100 million and a contract duration of approximately 900 calendar days from the Notice to Proceed. Interested contractors must submit proposals electronically, and a mandatory site visit is scheduled for March 13, 2025. For further inquiries, contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil.
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 soliciting proposals for a Regional Job Order Contract (JOC) focused on general construction projects. This procurement aims to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to an eligible 8(a) firm, which will provide labor, materials, equipment, and supervision for minor construction, repairs, rehabilitations, demolitions, or alterations at various installations within the NAVFAC Northwest Area of Responsibility. The contract will utilize the Lowest Price Technically Acceptable (LPTA) source selection process to ensure the best value for the government. Interested firms must submit their proposals in accordance with the Request for Proposal (RFP) guidelines, and for further inquiries, they can contact Cynthia Elmstrom at cynthia.m.elmstrom.civ@us.navy.mil or Carter Wilson at carter.a.wilson7.civ@us.navy.mil. The solicitation is set aside exclusively for 8(a) firms under NAICS code 236220, with amendments issued on March 6, 2025, March 13, 2025, and March 25, 2025.
Design and Construct a 94-bed barracks utilizing the Design-Build Done Right process Ft Eisenhower, GA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Savannah District, is conducting a sources sought notice for the design and construction of a 94-bed barracks at Fort Eisenhower, Georgia, utilizing the Design-Build Done Right process. This project aims to accommodate soldiers and includes comprehensive requirements such as demolition of existing structures, access control systems, and infrastructure for future enhancements, all while adhering to Army UEPH Standards. The estimated construction magnitude is between $25 million and $100 million, with a solicitation package anticipated for release in July 2025 and an award expected in fiscal year 2026. Interested parties must submit their responses to the market survey questionnaire by April 11, 2025, and can attend a virtual industry day on April 17, 2025, for further information.
REPAIR BARRACKS BUILDING S-3911, CAMP HOVEY
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to undertake the repair of Barracks Building S-3911 at Camp Hovey. This project falls under the NAICS code 236210 for Industrial Building Construction and involves maintenance of administrative facilities and service buildings, as indicated by the PSC code Z1AZ. The successful contractor will be responsible for ensuring the barracks meet operational standards, which is crucial for maintaining the living conditions of military personnel. Interested parties can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil and searching for solicitation number W90VN825RA033. For inquiries, contact Chin Ok Han at chinok.han.ln@army.mil or by phone at 82503-322-1384.
FY25 Design Build/Design Bid Build (DB/DBB) General Construction East Multiple Award Task Order Contract (MATOC)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is preparing to issue a presolicitation for a Design Build/Design Bid Build (DB/DBB) General Construction Multiple Award Task Order Contract (MATOC). This contract aims to establish a pool of up to seven contractors to provide general construction services for various Charleston District Programs, with a total capacity of $99 million over a three-year base period and one two-year option period, covering work located east of the Mississippi River. The MATOC is a significant opportunity for small businesses, as it is set aside entirely for small business participation under FAR 19.5, emphasizing the importance of fostering competition and supporting the small business sector in government contracting. Interested parties can reach out to Addison Layfield at addison.g.layfield@usace.army.mil or by phone at 843-329-8194 for further information, with a formal solicitation expected to be announced within the next 15 to 45 days.