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
    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
    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.
    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.
    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 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.
    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.
    Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
    Buyer not available
    The Department of Defense is seeking contractors for the Design-Bid-Build construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB) in Marietta, Georgia. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to enhance the facilities available for Army Reserve operations. The construction of the ARC is crucial for supporting military readiness and providing necessary resources for reserve personnel. Interested contractors can reach out to Bonny Dylewski at bonny.c.dylewski@usace.army.mil for further information regarding the presolicitation notice and any upcoming deadlines.
    Bas-OPs contract at Ft. Moore, GA and AL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses for the Bas-OPs contract at Fort Moore, Georgia, and Alabama. This procurement focuses on Facilities Support Services, including housekeeping and operations support, essential for maintaining military readiness and operational efficiency. The contract is set aside for total small business participation, emphasizing the importance of supporting small enterprises in government contracting. Interested parties can reach out to Mike J. Vicory at michael.j.vicory.civ@army.mil or Jonathon Hecker at jonathon.r.hecker.civ@army.mil for further details regarding the opportunity.
    Multiple Award Construction Contract (MACC), Moody AFB
    Buyer not available
    The Department of Defense, through the 23rd Contracting Squadron, is seeking qualified contractors for a Multiple Award Construction Contract (MACC) at Moody Air Force Base and associated locations in Georgia and Florida. This procurement involves the acquisition of multi-disciplined construction services, including design-build and bid-build projects, with a focus on maintenance, repair, alterations, and various construction tasks. The government intends to award nine contracts specifically set aside for small businesses, including 8(a) and HUBZone categories, with a total potential value not exceeding $150 million over a five-year period. Interested contractors must register in the SAM.gov database and are encouraged to contact Amanda Richardson at amanda.richardson.13@us.af.mil or 229-257-9756 for further details.
    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.
    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.
    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.
    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.
    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.